OR MALHEUR NWR LANDSCAPING
SOL #: 140FS126Q0078Combined Synopsis/Solicitation
Overview
Buyer
Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States
Place of Performance
Place of performance not available
NAICS
Landscaping Services (561730)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 9, 2026
2
Submission Deadline
Apr 23, 2026, 9:00 PM
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. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting quotes for grounds and landscaping maintenance services at the Malheur National Wildlife Refuge (NWR) in Princeton, OR. This opportunity is a Total Small Business Set-Aside and is conducted as a combined synopsis/solicitation for commercial items under FAR Parts 12 and 13. Quotes are due by April 23, 2026, at 1700 ET.
Scope of Work
The contractor will provide comprehensive weekly grounds and landscape maintenance. Key tasks include:
- Initial tasks: Filling badger holes, debris removal, mowing, trimming, weeding, pruning, irrigation system inspection/repair, and fertilizing.
- Weekly tasks: Rodent hole filling, mowing, trimming, weed spraying, fertilizing, weeding flowerbeds, pruning, and minor tree trimming.
- Monthly tasks: Mowing, trimming, and spraying for weed/grass control at specific trails and areas, debris removal, and trimming walkways/trails.
- Closeout tasks: Winterizing irrigation systems, draining hoses, cleaning gutters, tool cleaning, preparing/seeding damaged lawn areas, and providing a material needs list.
Contract & Timeline
- Contract Type: Firm-fixed-price.
- Period of Performance: Anticipated from award through September 30, 2026, with potential option years. The initial 4 weeks require 2 personnel working 2 days per week, followed by 21 weeks with 2 personnel working 1 day per week.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: S208 (Landscaping/Groundskeeping Services).
- Published Date: April 9, 2026.
- Solicitation Questions Due: April 21, 2026, at 1700 ET.
- Quotes Due: April 23, 2026, at 1700 ET.
Submission & Evaluation
- Proposal Submission: Quotes must be on company letterhead and include the UEI No., point of contact phone number and email. If applicable, provide a GSA contract number. A completed copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items must be included.
- Evaluation Criteria: Award will be made to the vendor proposing the best value product that meets specifications, to a responsible source pursuant to FAR subpart 9.1.
- Submission Method: E-Mail quotes to kathryn_coltran@ios.doi.gov.
Eligibility
- This is a Total Small Business Set-Aside.
- Offerors must be registered in the System for Award Management (SAM) website.
Additional Notes
Delivery is FOB destination. The NAICS code is 561730.
People
Points of Contact
Coltran, KathrynPRIMARY
Files
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 9, 2026