Landscaping Services - Fort Lauderdale FL
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 U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) has awarded a Firm Fixed-Price contract for Landscaping Services at the USDA ARS Invasive Plant Research Lab in Fort Lauderdale, FL. This contract, designated as a Total Small Business Set-Aside, ensures the maintenance of the facility's grounds and appearance. The award notice was published on March 23, 2026.
Scope of Work
The awarded contract covers comprehensive landscaping services, including:
- Weekly Tasks: Mowing approximately 50,000 sq ft, edging and trimming around main buildings and the KIND garden (5,000 linear feet), weed eating in inaccessible areas, and pruning bushes and trees (3,000 linear feet).
- Pesticide Application: Variable application of approved herbicides in gravel areas, around research tanks, screenhouses, sheds, sidewalks, and buildings.
- General Requirements: Verification of site conditions, provision of adequate labor, routine maintenance of government-provided equipment, safeguarding government property, and maintaining clean work areas. A Site Safety Plan was required within 10 calendar days of contract award.
Contract Details
- Type: Firm Fixed-Price Purchase Order
- Duration: One (1) Base Year of 12 months, with four (4) 12-month option years, for a total potential duration of five years.
- Place of Performance: USDA ARS Invasive Plant Research Lab, 3225 College Ave, Fort Lauderdale, FL 33314-7719.
- Hours of Service: 7:30 AM to 4:00 PM Eastern Time on Business Days (Monday-Friday).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
Performance & Requirements
Performance is evaluated via a Quality Assurance Surveillance Plan (QASP), with weekly random inspections and a three-business-day correction period for deficiencies. Key personnel requirements included a Prime Contractor Representative, on-site foremen, and compliance with Personal Identity Verification (PIV) for employees. The contractor was required to provide proof of various insurance types (Workers' Compensation, General Liability, Automobile Liability) within 5 calendar days of award. Invoicing is conducted monthly in arrears via the Department of Treasury's Invoice Processing Platform (IPP).
Solicitation Context
The original Request for Quotation (RFQ 1232SA26Q0254) was evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, considering technical acceptability and past performance. A site visit was held on March 12, 2026, at the Fort Lauderdale facility, and questions regarding the PWS and QASP were clarified through an amendment posted on March 4, 2026. Wage Determination (No. 2015-4535, Rev. 34) for Broward County, FL, was applicable, outlining minimum wage rates and fringe benefits under the Service Contract Act. The primary contact for this award notice is Christopher Turner (christopher.c.turner@usda.gov).