This combined synopsis/solicitation for services is prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is 70Z028-25-Q-BMBMARATHONLANDSCAPING.
This requirement is for a firm fixed price services contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 12 and FAR Part 13
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA).
1. Description of Requirement:
The U.S. Coast Guard Base Miami Beach requires recurring tree care, landscaping, lawn maintenance and shrubbery maintenance services for Grassy Key Housing in Marathon, FL Services shall be performed in accordance with the attached Statement of Work (SOW).
2. Contract Type & Period of Performance
This requirement is for a Firm-Fixed Price (FFP) service contract.
Period of Performance:
- Base Year: ARO – August 31, 2026
3. NAICS & PSC Codes & Wage Determination
- NAICS: 561730 - Landscaping Services
- PSC: S208 - Housekeeping—Landscaping/Groundskeeping
- Service Contract Act WD: 2015-4583 Rev. 30 07/08/2025
4. Submission Instructions
Quotes shall include:
- Pricing for each CLIN/period: (Monthly and Annual Service IAW Statement of work)
- Technical approach or capability statement
- Past performance references
- SAM.gov UEI and CAGE Code
Submit quotes to: Alera.D.Nash@uscg.mil by September 05, 2025 11:00 a.m. EST.
Late submissions may not be accepted.
Telephone requests of quotes will not be accepted, a formal notice of changes (if applicable) will be issued in Sam.Gov
5. Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis.
Evaluation factors:
- Technical capability to perform all PWS requirements
- Past performance (if required)
- Price
The Government intends to award without discussions but reserves the right to hold discussions if necessary.
6. Applicable Clauses and Provisions
The following provisions and clauses apply (full text available at https://www.acquisition.gov/far):
- FAR 52.212-1 Instructions to Offerors
- FAR 52.212-2 Evaluation – Commercial Items
7. Invoicing
- In conjunction with the subject award, proper invoices will be submitted through the Invoice Processing Platform (IPP) at https://www.ipp.gov/. IPP is a secure web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis (FRSTL). IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency.
8. Attachments
- Attachment 1 – Statement of Work (SOW)
- Attachment 2 – Wage Determination
- Attachment 3: Invoice Instructions
- Attachment 4: Applicable FAR Clauses
- Attachment 5: RFQ 70Z028-25-Q-BMBMARATHONLANDSCAPING
9. Special Notes
- All vendors must be registered in SAM.gov prior to award.
- The Government reserves the right to cancel this solicitation at any time.