Skip to content
Department of Homeland Security

USCG STATION MARATHON RECURRING LANDSCAPING SERVICES IN MARATHON, FL

Solicitation: 70Z028-26-Q-STAMARATHONLANDSCAPING
Notice ID: 6ce69c74004141698625cfe80213d418

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: FL. Response deadline: Feb 04, 2026. Industry: NAICS 561730 • PSC S208.

Market snapshot

Awarded-market signal for NAICS 561730 (last 12 months), benchmarked to sector 56.

12-month awarded value
$35,796,700
Sector total $923,693,753 • Share 3.9%
Live
Median
$124,700
P10–P90
$38,125$894,120
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.9%
share
Momentum (last 3 vs prior 3 buckets)
+11326%($35,175,556)
Deal sizing
$124,700 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Marathon, Florida • 33050 United States
State: FL
Contracting office
Miami, FL • 33132 USA

Point of Contact

Name
SK1 Alera Jowers
Email
alera.d.jowers@uscg.mil
Phone
571-613-1558
Name
SKC Andrew Johnson
Email
Andrew.J.Johnson@uscg.mil
Phone
5716088677

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
BASE MIAMI(00028)
Office
Not available
Contracting Office Address
Miami, FL
33132 USA

More in NAICS 561730

Description

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 70Z028-26-Q-STAMARATHONLANDSCAPING.

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 Station Marathon requires recurring tree care, landscaping, lawn maintenance services for Station Marathon 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 – January 31, 2027

- Option Year: February 01, 2027- January 31, 2028

3. NAICS & PSC Codes & Wage Determination
- NAICS: 561730 - Landscaping Services

- PSC: S208 - Housekeeping—Landscaping/Groundskeeping

- Service Contract Act WD: 2015-4583 County: Monroe Rev. 31 12/03/2025

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.Jowers@uscg.mil by February 04, 2026 11:30 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

 - FAR 52.212-4- 52.212.5 Contract Terms and Conditions Commercial Items 

- FAR 52.217-8 Option to Extend Services (NOV 1999) 

- FAR 52.217-9- Option to Extend Term of Contract (MAR 2000)   

- FAR 52.232-18-Availability of Funds (APR 1984)   

THIS IS NOT AN INHERENTLY GOVERNMENTAL FUNCITON OR FOR PERSONAL SERVICES  

7. SITE VISITS and Q&As: 

Site visit: It is recommended but not mandatory that a site visit is performed at the Unit to verify the requirements
within the PWS and speak with the unit POC for this service.

To schedule site visit Contact -

Site Visits are Monday-Friday 0900-1500 EST. Please notify the below contacts and the contract Specialist prior to arrive.

Primary POC: MKC Ian Widney

                  Email: Ian.W.Widney@uscg.mil

                  Phone: (307) 256-6400

Secondary POC: DC1 Devon Rauh

                  Email: Devon.M.Rauh@uscg.mil

                  Phone: 517-320-1060

Q&A’s: Questions concerning the work requested must be sent to Alera.D.Jowers@uscg.mil
by COB January 28, 2026. These Q&A’s will be answered and posted to this solicitation as an amendment to
solicitation prior to close.

8. 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.

9. 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


10. 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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.