Grounds Services - Ogden
Solicitation from INTERNAL REVENUE SERVICE • TREASURY, DEPARTMENT OF THE. Place of performance: UT. Response deadline: Mar 02, 2026. Industry: NAICS 561730 • PSC S208.
Market snapshot
Awarded-market signal for NAICS 561730 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561730
Description
Overview
- Title: Grounds Maintenance Services – Competitive 8(a)
The Department of Treasury intends to award a Firm-Fixed Price Contract for grounds maintenance services at the Ogden IRS Service Center located at 1160 West 1200 South, Ogden, UT 84404. The property borders 1200 South and 1200 West and is in Ogden, Utah.
This procurement is being conducted as a Competitive 8(a) set-aside pursuant to FAR Part 19 and FAR Part 13.
The applicable NAICS 561730 (Landscaping Services) with a size standard of $9.5 Million. Product Service Code (PSC) is S208 (Housekeeping-Landscaping/ Groundskeeping.)
Only eligible 8(a) Program Participants in good standing at the time of award are eligible for consideration. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis.
Proposals are due no later than March 2, 2026, 10:00 A.M. EST. Send all proposals via email to Dr. Carolyn Bennett carolyn.d.bennett@irs.gov. Late submissions may not
be considered.
2. Description of Requirement
The Government requires grounds maintenance services at the Ogden IRS Service Center located at 1160 West 1200 South, Ogden, UT 84404. The property borders 1200 South and 1200 West and is in Ogden, Utah. The Contractor shall provide all management, supervision, administration, labor, quality control, expertise, materials, supplies, tools, equipment, and transportation, etc. necessary to fulfill this contract at the highest quality while ensuring effective and timely performance of all services described. Services contained in this contract will require work in a variety of weather conditions including but not limited to heat, cold, rain, wind, etc. The Contractor shall coordinate, communicate, and report to the Contracting Officer's Representative (COR) at all times and in all circumstances. Detailed performance requirements are provided in the attached Performance Work Statement (PWS).
The anticipated period of performance is March 05 – November 30 2026. Weather permitting.
3. Type of Contract
The Government intends to award a Firm-Fixed Price contract and reserves the right to award without discussions.
4. Instructions to Offerors
a. Submission Requirements. Offerors shall submit proposals electronically via email
to carolyn.d.bennett@irs.gov no later than 10:00 a.m. EST March 02, 2026. Late
submissions may not be considered. All proposal documents shall be single spaced,
12-point font minimum and submitted in PDF format. Pages exceeding the two-page
limit may not be evaluated. Failure to provide sufficient detail within the page
limitation may result in a rating of Unacceptable.
b. Proposal Content. Proposals shall include the following limited to 2 pages
and demonstrate:
Understanding of the requirement Staffing approach
Equipment availability Quality control measures
Ability to meet performance schedule
Offerors shall complete the Pricing Schedule and provide a Firm-Fixed price for each
CLIN. Pricing shall reflect compliance with the attached Wage Determination and all
applicable labor standards requirements. Total Evaluated Price will be calculated as
the sum of all CLINs. Offerors shall provide pricing for CLIN 0013 representing up to
six (6) additional months of services at the same rate and terms as CLIN 0001. Pricing
may be calculated on a monthly pro-rated basis.
c. Past Performance. Offers shall provide:
Contract number of at least two recent contracts of similar scope and complexity
Period of Performance
Dollar Value
The Government will review the information provided to determine relevance to the
current requirement. The Government may also review available information from
other sources, including CPARS.
5. Evaluation Criteria (LPTA)
Award will be made to the responsible 8(a) offeror whose proposal:
- Is determined technically acceptable; and
- Offers the lowest total evaluated price.
Technical proposals will be evaluated on an acceptable/unacceptable basis. To be rated
Acceptable, the proposal must:
- Demonstrate clear understanding of the PWS
- Provide adequate staffing and equipment
- Show relevant past performance
- Comply with all solicitation requirements
Failure to meet any requirement may result in an Unacceptable rating. Failure to submit
All required information may result in the proposal being determined technically
Unacceptable.
Price Evaluation. Price will be evaluated for reasonableness and completeness. The
Government may use price analysis techniques in accordance with FAR 13.106-3 and
FAR 15.404-1. The total evaluated price shall include CLIN 0001-0012 and CLIN 0013
(Option to Extend Services).
6. Eligibility Requirement
The apparent successful offeror must be an eligible 8(a) Program Participant in good
Standing at time of award. The Government will verify eligibility prior to award.
7. Basis for Award
Award will be made to the responsible 8(a) offeror whose proposal is determined to be
Technically acceptable and offers the lowest total evaluated price. The Government
intends to evaluate proposals and make award without discussions. The Government
reserves the right to conduct discussions if determined necessary.
8. Applicable FAR Clauses
Include as applicable:
52.212-1
52.212-4
52.212-5
52.217-8
52.219-18 (Notice of Competition Limited to 8(a))
52.219-14 (Limitations on Subcontracting)
52.222-41 Service Contract Labor Standard
52.222-42 Statement of Equivalent Rates (if applicable)
52.222-55 Minimum Wages Under Executive Order 14026 (if applicable)
Service Contract Labor Standards Clause (if applicable)
This procurement is subject to the Service Contract Labor Standards statute. The
applicable Wage Determination is attached and incorporated by reference. Offerors are
responsible for ensuring proposed pricing reflects compliance with all required wage
and fringe benefit rates.
9. Questions and Answers
All questions regarding this solicitation shall be submitted via email to
carolyn.d.bennett@irs.gov no later than 10:00 A.M. EST February 24, 2026. Questions received
after the deadline may not be addressed. Responses to timely questions will be posted
via amendment to this solicitation via SAM.gov. Offers are responsible for monitoring
SAM.gov for amendments and updates.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.