Skip to content
Department of Homeland Security

R1 Landscaping and Snow Removal Services

Solicitation: 70FBR126R00000003
Notice ID: febdd4e65ee94988ad846b779fe36157

Combined Synopsis Solicitation from FEDERAL EMERGENCY MANAGEMENT AGENCY • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MA. Response deadline: Feb 18, 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 MA
Live POP
Place of performance
Maynard, Massachusetts • 01754 United States
State: MA
Contracting office
Washington, DC • 20472 USA

Point of Contact

Name
Karley Hoyt
Email
karley.hoyt@fema.dhs.gov
Phone
Not available
Name
Anhur Maklef
Email
anhur.maklef@fema.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
FEDERAL EMERGENCY MANAGEMENT AGENCY
Subagency
INCIDENT SUPPORT SECTION(ISS70)
Office
Not available
Contracting Office Address
Washington, DC
20472 USA

More in NAICS 561730

Description

This is a request for proposal for snow removal and landscaping services. See attachments for details. 

Mandatory Site Visit
A mandatory site visit is required. The site visit is scheduled for February 12, 2026 at 9:00am EDT. The site visit will take place at the place of performance. Registration for the site visit is required. Please email the Contracting Officer and Contract Specialist with the full names of attendees and company name no later than 12:00PM EDT, Wednesday, February 11, 2026. A Real ID will be required to access the facility. Proposals will not be accepted from offerors whodo not attend the site visit.

Submission of Questions
Question are due no later than Friday, February 13, 2026 at 3:00pm EDT via email to the following: Contracting Officer, Karley Hoyt at Karley.Hoyt@fema.dhs.gov and Contract Specialist, Anhur Maklef at Anhur.Maklef@fema.dhs.gov.


Submission of Proposals
Proposals shall be submitted no later than Wednesday, February 18, 2026, at 10:00am EDT. Offerors must submit one electronic copy of their proposal to the Contracting Officer’s and Contract Speicalist’s email address provided above.

Amendment A0001 incoprorates the pricing template. 

Amendment A0002 adds responses to questions received. 

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 15, 2026
Executive summary

FEMA (PSC S208; NAICS 561730) issued Combined Synopsis/Solicitation 70FBR126R00000003 for snow removal and landscaping services under an SBA set-aside. A mandatory site visit was scheduled for February 12, 2026 at 9:00am EDT; proposals will not be accepted from offerors who did not attend, and facility access requires a Real ID. Questions were due February 13, 2026 at 3:00pm EDT to Karley.Hoyt@fema.dhs.gov and Anhur.Maklef@fema.dhs.gov, and proposals are due February 18, 2026 at 10:00am EDT via email to those same addresses. Amendment A0001 incorporates the pricing template and Amendment A0002 provides Q&A responses, so bids should ensure they use the amended pricing format and reflect clarifications from the Q&A.

What the buyer is trying to do

Secure an SBA-eligible contractor to provide recurring and on-call snow removal and landscaping services at a FEMA facility (place of performance provided in the attachments), with offerors vetted through a mandatory, registered site visit and controlled facility access (Real ID).

Work breakdown
  • Review the solicitation attachments and Amendment A0002 Q&A to confirm exact tasks, service frequencies, performance standards, and any required response times.
  • Confirm eligibility/strategy for the SBA set-aside and align NAICS 561730 capability evidence to the solicitation requirements.
  • Validate site conditions and operational constraints observed during the mandatory site visit (access, staging, snow pile locations, landscaping areas) and incorporate into the technical approach.
  • Develop operations plan for snow removal (equipment list, staffing, event-based dispatch, de-icing/material handling if required by attachments) and landscaping (mowing/grounds maintenance, seasonal work as specified in attachments).
  • Prepare pricing using the Amendment A0001 pricing template; ensure unit rates/CLIN structure match exactly.
  • Compile and submit one electronic proposal copy by email no later than February 18, 2026 at 10:00am EDT to the CO and Contract Specialist.
  • Quality-check compliance: verify the proposal demonstrates site visit attendance (as required) and conforms to any formatting/instructions in the attachments.
Response package checklist
  • Confirm your company attended and registered for the mandatory site visit (and retain internal proof/attendee names used).
  • Technical/management approach addressing snow removal and landscaping services per attachment requirements (include staffing plan and equipment list aligned to site conditions).
  • Pricing completed strictly on the Amendment A0001 pricing template.
  • Acknowledgment of amendments (at minimum A0001 and A0002) consistent with instructions in the attachments.
  • Email submission package: one electronic copy sent to Karley.Hoyt@fema.dhs.gov and Anhur.Maklef@fema.dhs.gov by February 18, 2026 at 10:00am EDT (allow time for delivery/size limits).
Suggested keywords
70FBR126R00000003FEMAS208561730landscapinggrounds maintenancesnow removalmandatory site visitReal IDAmendment A0001 pricing templateAmendment A0002 Q&A
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Place of performance/location details (referenced but not provided in the brief).
  • Exact scope specifications from attachments (frequencies, acreage/areas, service standards, response times, included/excluded tasks).
  • Contract type, CLIN structure, and evaluation factors/instructions contained in the attachments.
  • Period of performance (start/end) and any option periods.
  • Whether de-icing materials, hauling/disposal, and after-hours/emergency response are required (likely clarified in attachments/A0002).

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.