Navigate the lattice: hubs for browsing, trends for pricing signals.
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 -
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 size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 561730 (last 12 months), benchmarked to sector 56.