Opportunity

SAM #2023H2-26-Q-00024

IRS Ogden Service Center Grounds Maintenance (SDVOSB Set-Aside)

Buyer

IRS Procurement Office

Posted

May 01, 2026

Respond By

May 15, 2026

Identifier

2023H2-26-Q-00024

NAICS

561730

The Department of Treasury, Internal Revenue Service (IRS) is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide grounds maintenance services at the Ogden IRS Service Center in Utah. - Government Buyer: - Department of Treasury, Internal Revenue Service, Ogden IRS Service Center - Contracting office located at 1111 Constitution Ave NW, Washington, DC - Products/Services Requested: - Comprehensive grounds maintenance services - Includes management, supervision, labor, quality control, materials, supplies, tools, equipment, and transportation - All work to be performed at the Ogden IRS Service Center, 1160 West 1200 South, Ogden, UT 84404 - Unique/Notable Requirements: - Set aside exclusively for SDVOSB (Service-Disabled Veteran-Owned Small Businesses) - Must comply with Service Contract Labor Standards and attached Wage Determination - Firm-Fixed Price contract awarded on a Lowest Price Technically Acceptable (LPTA) basis - NAICS code 561730 (Landscaping Services), size standard $9.5 million - Period of performance is May to November, with an option to extend up to six additional months at the same rate and terms - Detailed requirements outlined in the Performance Work Statement (PWS) - No specific OEMs, vendors, or branded products are named in the solicitation

Description

Overview Title: Grounds Maintenance Services – SDVOSB 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 SDVOSB 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 May 15, 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 May – November 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 Submission Requirements. Offerors shall submit proposals electronically via email to carolyn.d.bennett@irs.gov no later than 10:00 a.m. EST May 15, 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. 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. 5. 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. 6. Evaluation Criteria (LPTA) Award will be made to the responsible SDVOSB 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). 7. Eligibility Requirement The apparent successful offeror must be an eligible SDVOSB Participant in good standing at the time of award. The Government will verify eligibility prior to award. 8. 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. 9. 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. 10. 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 May 08, 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. Offerors are responsible for monitoring SAM.gov for amendments and updates.

View original listing