Grounds Maintenance Services for USDA, AMS, Cotton & Tobacco Program, Memphis, TN
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA, AMS, Cotton & Tobacco Program is soliciting quotations for Grounds Maintenance Services at its facility in Memphis, TN. This opportunity is for a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract and is set aside for SBA Certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB). The contract will cover both standard grounds maintenance and as-needed snow and ice removal services. Quotations are due by May 18, 2026, at 5:00 PM CT.
Scope of Work
The contractor will provide all personnel, supplies, tools, materials, equipment, transportation, and fuel for comprehensive grounds maintenance and snow/ice removal. Standard Grounds Maintenance includes:
- Lawn Services: Weekly mowing, trimming, edging, and fertilization (minimum 3 times/year).
- Weed Control: Pre-emergence and post-emergence treatments, removal from paved surfaces, requiring certified applicators.
- Flowerbeds, Shrubs, and Trees: Seasonal flower planting, mulching, shrub trimming, tree pruning, and debris removal.
- Watering System: Maintenance, opening, closing, and repairs.
- Leaves and Trash Removal: Weekly (March-Oct) and bi-weekly (Nov-Feb).
- Pest and Disease Control: For lawn, shrubs, and trees.
- Concrete Lined Drainage Ditch: Sediment and debris removal as needed.
Above Standard Services (As-Needed) involve snow and ice removal from paved areas, sidewalks, ramps, and other critical zones, requiring immediate response for safety.
Biobased Requirements: Bidders must maximize the use of biobased products and submit a list with their proposal, along with an annual update and a Grounds Maintenance Plan within 30 days of award.
Contract Details
- Contract Type: Firm-Fixed Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract.
- Duration: Five (5) one-year ordering periods, with an anticipated Period of Performance from June 1, 2026, to May 31, 2031.
- Set-Aside: SBA Certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB).
- NAICS Code: 561730 (Landscaping Services), with a small business size standard of $9.5 Million.
- Place of Performance: 3275 Appling Road, Memphis, TN 38133.
Submission Requirements
Offerors must submit:
- Pricing: Complete Attachment 2 - Vendor Quotation Sheet, providing monthly pricing for standard services and hourly rates for snow/ice removal.
- Technical Approach Narrative: A maximum 10-page document detailing how standard and above-standard services will be accomplished, including staffing, absence coverage, and training.
- Vendor Experience Sheet: Complete Attachment 3, detailing past contract performance, including contract identification, performance details, customer information, and CPARS availability.
- Wage Determination: Bidders must adhere to the U.S. Department of Labor Wage Determination No. 2015-4673, Revision No. 30, for labor costs.
Evaluation Criteria
Award will be made to the offeror representing the best value to the Government, based on a combination of:
- Technical Approach (evaluated first).
- Price.
- Past Performance (evaluated as acceptable or neutral).
Key Dates
- Questions Due: May 12, 2026, 12:00 PM CDT.
- Optional Site Visit: May 8, 2026, at 9:00 a.m. CDT. RSVP to Joe Giaccio at joseph.giaccio@usda.gov.
- Quotations Due: May 18, 2026, at 5:00 PM CT (1700 CT).
Additional Notes
The contract is rated under the Defense Priorities and Allocations System (DPAS). For Above Standard Services orders totaling $2,500.00 or less, payment may be made via Government Purchase Card (GPC), requiring contractors to accept major credit cards. The primary point of contact for this solicitation is Matthew Phillips (matthew.phillips3@usda.gov, 479-301-8811).