Skip to main content

An official website of the United States government

You have 2 new alerts

Minn & St. Paul Interior & Exterior Landscaping

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jul 06, 2023 02:22 pm EDT
  • Original Published Date: Jun 30, 2023 08:49 am EDT
  • Updated Date Offers Due: Jul 31, 2023 05:00 pm EDT
  • Original Date Offers Due: Jul 31, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 15, 2023
  • Original Inactive Date: Aug 15, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Minneapolis , MN 55415
    USA

Description

The General Services Administration (GSA), Great Lakes Region, Acquisition Management Division (AMD) is issuing this solicitation for:

  • Exterior and Interior Landscaping Services
    • Diana E. Murphy U.S. Courthouse
    • 300 South 4th Street, Minneapolis, MN 55415
  • Interior Landscaping Services Only
    • Warren E. Burger Federal Building and U.S. Courthouse
    • 316 Robert Street N, Saint Paul, MN 55101

This procurement will utilize Full and Open Competition. The NAICS code is 561730, Landscaping Services. The Small Business Size Standard is $9.5 Million. For general reference, the scope of this project requires the contractor to furnish all labor, equipment, tools, materials, and supervision necessary for the performance of the contract requirements. The contract will consist of several line items. The work includes, but is not limited to: Exterior and Interior Landscaping and related services; Landscaping maintenance will be performed during the growing season on a cycle approved by the Contracting Officer’s Representative (COR) to maintain the outside area in a neat and clean manner; Basic Landscaping Maintenance includes trimming mounds, edging, mulching, pruning, watering, weeding, pest and disease control and plant maintenance; Mounds and plaza will be well maintained and free of trash and weeds; Walkways, landings, and steps will be free of trash and weeds. Shrubbery, trees and other landscaping will be pruned to maintain a well-groomed appearance and be free of deadwood, suckers, litter and weeds. Fence areas, turf areas, sidewalks, gutters, roadways and other surfaces included in the maintenance area shall be free of leaves, litter and other debris. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices.

It is the Government's intent to award a contract to the responsible offeror whose proposal conforms to the solicitation and provides the best value to the Government based on the following evaluation factors: Price and Past Performance. This is being solicited as a 1-year base contract with the Government having the unilateral right to extend the services for four additional 1-year Option periods. Proposals are due at 5:00PM EST on July 31, 2023. A pre-proposal conference is scheduled for July 5, 2023, and site visits are scheduled for July 6, 2023. Details are in the solicitation documents. Interested parties are responsible for monitoring the System for Award Management (SAM), located at www.sam.gov, for release of amendments and any other related information.

All contractors must be active in SAM to be considered for award. See the solicitation for more information.

Contact Information

Contracting Office Address

  • R5 ACQUISITION MANAGEMENT DIVISION 230 S DEARBORN STREET
  • CHICAGO , IL 60604
  • USA

Primary Point of Contact

Secondary Point of Contact





History