EUR/Athens Replacement of lawn at a U. S. Government owned residence
SOL #: 19GR1026Q0016Solicitation
Overview
Buyer
State
State, Department Of
AMERICAN EMBASSY ATHENS
WASHINGTON, DC, 20520, United States
Place of Performance
Athens, GR-I, Greece
NAICS
Landscaping Services (561730)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 11, 2026
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 18, 2026, 10:00 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. Department of State, American Embassy Athens, is soliciting quotations for the replacement of lawn at a U.S. Government-owned residence in Athens, Greece. This is a Firm Fixed-Price purchase order with no set-aside. Quotations are due by March 19, 2026, at 12:00 noon (Athens Time).
Scope of Work
The project involves comprehensive landscaping and groundskeeping services, specifically the replacement of an existing lawn. Key tasks include:
- Ground Preparation: Earthworks, removal of topsoil, plowing, root/pebble removal, addition of a specific soil mixture (75% sand, 15% silt, 10% clay, 3-5% compost), water retention materials, and light irrigation.
- Sod Installation: Delivery, laying, compression, and initial maintenance of new sod, specified as Festuca arundinacea or an equivalent, inspected for pests and damage.
- Post-Installation Maintenance: Includes two mows and two pesticide applications if necessary, until the lawn is established.
- All work must adhere to current Greek standards and codes of practice. The contractor is responsible for providing all machinery, labor, and materials.
- The cumulative duration of work shall not exceed forty (40) calendar days. Labor background checks require a minimum of 21 days for Embassy clearance.
Contract Details
- Contract Type: Firm Fixed-Price Purchase Order.
- Insurance Requirements: General Liability (€17,608 per occurrence, €44,020 cumulative) and Bodily Injury (€17,608 per occurrence, €44,020 cumulative). Proof of insurance is required within ten calendar days of award.
- Taxation: Value Added Tax (VAT) is not applicable.
- Amendments: Amendment P00001 added DOSAR clauses related to Artificial Intelligence (AI) use, disclosure, and vendor lock-in mitigation.
Submission & Evaluation
- Submission Deadline: March 19, 2026, by 12:00 noon (Athens Time).
- Submission Method: Electronically via email to Athensoffers@state.gov. The subject line must be "Quotation 19GR1026Q0016 Enclosed".
- File Requirements: Submissions must be in MS-Word, MS-Excel, or Adobe Acrobat (pdf) format. Each email must not exceed 25MB; larger submissions require multiple emails.
- Required Documents: SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), additional information from Section 3, and proof of SAM registration.
- Questions: The deadline for questions was March 05, 2026, 12:00 hours (Athens Time).
- Evaluation Criteria: Award will be made to the lowest-priced, technically acceptable, responsible contractor. Factors include Compliance Review, Technical Acceptability, Price Evaluation, and Responsibility Determination.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) database (www.sam.gov) prior to submission.
Site Access & Logistics
- A site visit was held on March 5, 2026.
- Access for Deliveries: Paved areas are permitted for trucks delivering soil and sod.
- Soil Removal: Contractors determine the method for soil removal and are responsible for any damages.
- Vehicle Limitations: Standard trucks can typically access the property; contractors must provide vehicle type and height for confirmation.
- Entry Procedure: Drivers' information (name, ID, vehicle details) must be submitted by noon the preceding day for access.
- Construction Machinery: Small construction machinery (e.g., compact loaders, mini excavators) is permitted, with the contractor responsible for damages.
- Site Layout: No photographs or site layout extracts are provided due to security restrictions; bidders were expected to observe during the site visit.
People
Points of Contact
Dresden A. KalinPRIMARY
Apostolos MouyiosSECONDARY