Closed Solicitation · DEPARTMENT OF COMMERCE

    LANDSCAPE AND LAWN CARE IN CORPUS CHRISTI, TX

    Sol. 1305M325Q0150Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)SEATTLE, WA
    Closed
    STATUS
    Closed
    closed Aug 25, 2025
    POSTED
    Aug 12, 2025
    Publication date
    NAICS CODE
    561730
    Primary industry classification
    PSC CODE
    S208
    Product & service classification

    AI Summary

    The National Oceanic and Atmospheric Administration is seeking quotes for non-personal landscaping and lawn care services at the Weather Forecast Office in Corpus Christi, TX. This is a total Small Business Set-Aside opportunity, with a primary NAICS code of 561730. The contract includes a base year and four option years, with quotes due by 1:00 PM MDT on August 25, 2025.

    Contract details

    Solicitation No.
    1305M325Q0150
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 12, 2025
    Response Deadline
    August 25, 2025
    NAICS Code
    561730AI guide
    PSC / Class Code
    S208
    Issuing Office
    DEPT OF COMMERCE NOAA
    Primary Contact
    COFFEY, KERRI
    State
    WA
    ZIP Code
    98115
    AI Product/Service
    service

    Description

    THE INCUMBENT CONTRACT WAS AWARDED TO GUERRA MAINTENANCE MANAGEMENT FOR AN AGGREGATE OF $51,340.00 FOR FIVE (5) YEARS.


    COMBINED SYNOPSIS/SOLICITATION


    Non-personal landscaping and lawn services for the National Weather Service (NWS) Weather Forecast Office (WFO) located in Corpus Christi, TX

    (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

    (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M325Q0150.

    (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 (Aug 2025) (Deviation 2025-07) (May 2025).

    (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $9.5 million.

    (v) This combined solicitation/synopsis is for purchase of the following commercial services:


    CLIN 0001 – Base Year Quantity: 12 Months
    Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for non-personal groundskeeping services at the National Weather Service (NWS), Weather Forecast Office (WFO) in Corpus Christi, TX, in accordance with the Statement of Work.
    Period of Performance: Date of Award through 08/31/2026.

    Price Per Month: ___________ Total for Year: _____________

    CLIN 1001 – Option Year 1 Quantity: 12 Months
    Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for non-personal groundskeeping services at the National Weather Service (NWS), Weather Forecast Office (WFO) in Corpus Christi, TX, in accordance with the Statement of Work.
    Period of Performance: 09/01/2026 through 08/31/2027.

    Price Per Month: ___________ Total for Year: _____________

    CLIN 2001 – Option Year 2 Quantity: 12 Months
    Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for non-personal groundskeeping services at the National Weather Service (NWS), Weather Forecast Office (WFO) in Corpus Christi, TX, in accordance with the Statement of Work.
    Period of Performance: 09/01/2027 through 08/31/2028.

    Price Per Month: ___________ Total for Year: _____________

    CLIN 3001 – Option Year 3 Quantity: 12 Months
    Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for non-personal groundskeeping services at the National Weather Service (NWS), Weather Forecast Office (WFO) in Corpus Christi, TX, in accordance with the Statement of Work.
    Period of Performance 09/01/2028 through 08/31/2029.

    Price Per Month: ___________ Total for Year: _____________

    CLIN 4001 – Option Year 4 Quantity: 12 Months
    Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for non-personal groundskeeping services at the National Weather Service (NWS), Weather Forecast Office (WFO) in Corpus Christi, TX, in accordance with the Statement of Work.
    Period of Performance: 09/01/2029 through 08/31/2030.

    Price Per Month: ___________ Total for Year: _____________


    AGGREGATE TOTAL FOR ALL YEARS: ________________


    (vi) Description of requirements is as follows:
    See attached Statement of Work which applies to Base Year and all Option Years 1-4, and Department of Labor Wage Rates: WD 2015-5225, Revision No. 28, dated 07/08/2025, which can be found on: https://sam.gov/content/wage-determinations

    INVOICES TO BE BILLED MONTHLY IN ARREARS. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD.

    (vii) Date(s) and place(s) of delivery and acceptance:

    Period of performance shall be:
    Base Period: Date of Award through August 31, 2026
    Option Year 1: September 1, 2026 through August 31, 2027
    Option Year 2: September 1, 2027 through August 31, 2028
    Option Year 3: September 1, 2028 through August 31, 2029
    Option Year 4: September 1, 2029 through August 31, 2030

    Place of Performance:
    National Weather Service Office – Corpus Christi
    426 Pinson Drive
    Corpus Christi, TX 78406-1824

    (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.

    (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.

    (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the Offeror’s Reps & Certs section on SAM.gov is accurate and current.

    Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

    (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.

    (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Feb 2025) (Deviation 2025-03), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment.

    (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment.

    (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.

    (xv) Quotes are required to be received in the contracting office no later than 1:00PM MDT on AUGUST 25, 2025. All quotes must be submitted electronically via email to kerri.coffey@noaa.gov.

    (xvi) Any questions regarding this solicitation should be submitted electronically via email to kerri.coffey@noaa.gov.

    UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION
    The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.

    (End)

    1352.215-72 Inquiries (Apr 2010)
    OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO KERRI.COFFEY@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 5:00PM MDT on AUGUST 21, 2025. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
    (End of clause)

    52.237-1 Site Visit (Apr 1984)
    Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
    (End of provision)

    A site visit is highly recommended but not required. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

    Please contact Cheryl Sutherlan at (361) 299-1353 to set up a time to visit the site.

    All questions during the site visit should be submitted electronically to kerri.coffey@noaa.gov.

    FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
    NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.

    1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to kerri.coffey@noaa.gov.

    2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.

    3. Offerors shall assume that the Government has no prior knowledge of them or their capability.

    4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.
    1. Technical Approach and Capability
    2. Past Performance
    3. Price

    THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.

    FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)
    Offers will be evaluated based on price and the factors set forth in paragraph (a).

    (a) 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, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following pass/fail criteria;
    1. Technical Acceptability/Capability.
    Quote shall include a description that demonstrates the Offeror’s understanding of the requirement and Offeror’s capability to perform the required Statement of Work, including addressing legal requirements and permits required in the Statement of Work, and a description of Offeror’s relevant experience for providing the same or similar services within the past two (2) years. The description and statements must not be a reiteration of the Statement of Work. Failure to address the full requirements of the Statement of Work will be considered a fail and the quote will not be accepted.

    2. Past Performance.
    The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.

    3. Price.

    The Government intends to award a low priced, technically acceptable, firm fixed-price purchase order on an all or none basis with payment terms of Net 30.

    (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

    (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
    (End of provision)

    Key dates

    1. August 12, 2025Posted Date
    2. August 25, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    LANDSCAPE AND LAWN CARE IN CORPUS CHRISTI, TX is a federal acquisition solicitation issued by DEPARTMENT OF COMMERCE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.