Skip to content
Department of the Treasury

Grounds Services - Ogden

Solicitation: 2023H2-26-P-00179
Notice ID: 825347a3d3664e4c8b3a2483eb025806
TypeSolicitationNAICS 561730PSCS208Set-Aside8ADepartmentDepartment of the TreasuryAgencyInternal Revenue ServiceStateUTPostedFeb 19, 2026, 12:00 AM UTCDueMar 02, 2026, 03:00 PM UTCCloses in 8 days

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.

12-month awarded value
$34,297,307
Sector total $921,599,318 • Share 3.7%
Live
Median
$133,501
P10–P90
$28,150$453,157
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.7%
share
Momentum (last 3 vs prior 3 buckets)
+10843%($33,676,163)
Deal sizing
$133,501 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 UT
Live POP
Place of performance
Utah • 84404 United States
State: UT
Contracting office
Washington, DC • 20224 USA

Point of Contact

Name
Carolyn Bennett
Email
carolyn.d.bennett@irs.gov
Phone
Not available

Agency & Office

Department
TREASURY, DEPARTMENT OF THE
Agency
INTERNAL REVENUE SERVICE
Subagency
OPERATION SERVICES
Office
Not available
Contracting Office Address
Washington, DC
20224 USA

More in NAICS 561730

Description

Overview

  1. 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:

  1. Is determined technically acceptable; and
  2. 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.

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.