Huron Xeriscaping - IRA, Federal Building, Huron, SD
ID: 47PJ0025R0034Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 ACQUISITION MANAGEMENT DIVISIONLAKEWOOD, CO, 80225, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking contractors for the Huron Xeriscaping project at the IRA Federal Building in Huron, South Dakota. This procurement is a Total Small Business Set-Aside, aimed at enhancing the landscaping through xeriscaping techniques, which are crucial for water conservation and sustainable landscaping practices. The project falls under the NAICS code 238990, which pertains to All Other Specialty Trade Contractors, and is categorized under the PSC code Z2PZ for repair or alteration of non-building facilities. Interested contractors should contact Kristen Feickert at kristen.feickert@gsa.gov for further details, noting that the solicitation has been amended and requires acknowledgment of receipt to ensure compliance with federal procurement procedures.

    Point(s) of Contact
    Kristen Feickert
    kristen.feickert@gsa.gov
    Files
    Title
    Posted
    The Past Performance Questionnaire is a critical document designed for Offerors responding to a federal Request for Proposals (RFP) regarding landscaping and xeriscaping projects. Offerors must complete Section 1 and distribute the questionnaire to references who will provide performance evaluations. The references are required to email the completed forms to the designated Contracting Officer by February 7, 2025, using a specified subject line. A "Similar Project" is defined as one that was completed within the last ten years, involved substantial landscaping for structures over 30,000 square feet, had a total contract value of at least $100,000, and was primarily for landscaping or xeriscaping. In Section 2, references rate the Offeror’s past performance based on various categories, such as quality of workmanship, management effectiveness, and overall satisfaction. They also answer whether they would award a contract to the Offeror again and can provide additional contacts for further information. The questionnaire emphasizes the need for detailed feedback to provide a comprehensive overview of the Offeror's capabilities, crucial in the context of government contract evaluations and decision-making.
    The document provides a Bid Bond, a formal guarantee required when submitting a bid for government contracts in the realms of construction, supplies, or services. It outlines the obligations of the Principal (the bidder) and Surety (the bonding company) to ensure contract execution upon bid acceptance. The bond becomes void if the Principal executes the required documents and bonds within specified periods or pays incurred costs if they fail to do so. It specifies the penal sum, identifying liability limits, and procedures for individual and corporate sureties. The form must be accurately completed, including submission with supporting documents if individual sureties are involved. It promotes compliance with the federal government’s bidding process, detailing the responsibilities of all parties concerning bid submission and acceptance. By doing so, this document underlines the importance of financial responsibility and contractual reliability in federal and local government contracts.
    The document outlines the authorized negotiators designated by an offeror or respondent for conducting negotiations with the Government regarding a Request for Proposal (RFP). It includes a section to list the names, telephone numbers, and email addresses of these negotiators. Additionally, the document requires the Unique Entity Identifier (UEI) of the entity submitting the proposal. The structure implies compliance with federal requirements, facilitating transparent communication between the government and bidders. This form is crucial in establishing who is responsible for negotiations, ensuring that appropriate representatives engage in discussions related to the procurement process. Ensuring accurate identification of negotiators aids in efficient and effective dialogue between the parties involved.
    The document is a Contractor Pricing Sheet for the Huron Xeriscape IRA Project, issued by the General Services Administration (GSA). It outlines the necessary components and cost structure that contractors must follow when submitting pricing proposals. The sheet includes sections for general conditions, labor, and materials, divided into divisions such as site preparation, landscaping, irrigation systems, and site amenities. Contractors are required to provide detailed breakdowns of costs associated with each division, including sub-totals, mark-ups, overhead, profit, and applicable taxes. Supporting documentation, including quotes from subcontractors for materials and labor, must accompany each pricing proposal. A strict guideline stipulates that this format is mandatory for submission and will serve as the contract’s Schedule of Values for progress payments. The document emphasizes the importance of verifying total pricing and formulas before submission, highlighting compliance with GSA's formal requirements in the context of federal contracting. This pricing sheet serves as both a proposal format and a foundational document for subsequent financial management related to the project, ensuring transparency and accountability in government contract execution.
    The GSA Solicitation No. 47PJ0025R0034 outlines a construction contract for xeriscaping at the IRA Federal Building in Huron, SD. The project requires the replacement of over 41,000 square feet of sod with drought-resistant plants and the reconfiguration of existing irrigation systems. The contractor is responsible for providing labor, materials, and supervision, along with the necessary permits and inspections. The contract stipulates clear timelines: work must commence within ten days after the Notice to Proceed, with substantial completion required within 120 days and contract completion within a further 60-day period. Key terms include a $193.01 per day liquidated damages clause for delays, insurance requirements, and compliance with the Buy American Act. The contractor must safeguard controlled unclassified information (CUI) and adhere to security clearance requirements for on-site personnel. Additionally, detailed reporting on biobased products purchased during contract performance is mandated. This solicitation emphasizes environmental sustainability, compliance with federal guidelines, and efficient project execution, reflecting broader governmental initiatives for responsible resource management and security standards in federal contracts.
    The GSA Solicitation No. 47PJ0025R0034 outlines a construction contract for xeriscaping at the IRA Federal Building in Huron, SD, funded partially by the Inflation Reduction Act. It emphasizes transitioning facilities to high-performance green buildings and utilizing low-embodied carbon materials. The document details requirements for submissions, including a price proposal, technical proposal, and necessary certifications from small business offerors, complying with FAR guidelines. Proposals must adhere to prescribed formats, including bid guarantees and an emphasis on environmentally sustainable practices. Key evaluation factors include the offeror's experience, past performance, and project schedule, with non-price factors deemed significantly more important than total evaluated price. Offerors are instructed to present distinct cost breakdowns for IRA work and are encouraged to participate in a pre-proposal conference. Contracting procedures stress the importance of accurately priced bids and adherence to timelines, with a potential award range between $500,000 and $1,000,000. The solicitation aims to ensure quality, cost-effectiveness, and compliance with federal mandates, reflecting the government's commitment to sustainability and responsible fiscal management. Overall, this RFP serves as a structured framework for selecting qualified contractors for environmentally responsible construction projects.
    The GSA Solicitation No. 47PJ0025R0034 is a compilation of Offeror Representations and Certifications related to federal procurement processes. It outlines the necessary compliance guidelines for businesses bidding on contracts that fall under NAICS code 238990, which pertains to specialty trade contractors. The document specifies the small business size standards and enumerates various federal acquisition regulations (FAR) that must be adhered to, including representations on telecommunications equipment, commercial entity identification, and compliance with arms control treaties. Key sections include mandatory certifications regarding the offeror's business size, ownership control, and any relevant legal or administrative proceedings affecting responsibility matters. The solicitation emphasizes the importance of maintaining updated registrations in the System for Award Management (SAM) and mandates compliance with federal guidelines concerning the use of covered telecommunications equipment. Overall, the document ensures that all offerors demonstrate their qualification, integrity, and adherence to specific regulatory standards before being considered for federal contracts.
    The document is a solicitation for bids regarding a construction project at the Federal Building in Huron, South Dakota, focused on creating a xeriscape landscape to replace existing turf grass as part of the Inflation Reduction Act (IRA) initiatives. The project aims to enhance environmental efficiency by significantly reducing water usage and chemical inputs. Bidders must submit comprehensive proposals by February 7, 2025, to GSA and include all necessary documentation, such as pricing and bond requirements. The selected contractor is mandated to begin work within ten days of award and complete the project within 120 days. The proposal must encompass the entire project cost, including taxes. Additionally, contractors need to have an active registration on SAM.gov to be eligible for consideration. Overall, this solicitation outlines the federal government’s commitment to sustainability and efficient resource management through funding from the IRA, while detailing specific administrative procedures and requirements for bidding.
    This document outlines Amendment 0001 to Solicitation 47PJ0025R0034 for the Huron Xeriscaping project at the Federal Building in Huron, SD. The amendment provides essential clarifications in response to contractor inquiries regarding project specifications, including the exclusion of artificial turf, the requirement for a specified type of grass seed, and stipulations for irrigation system installation. Key details include the rejection of above-ground irrigation systems, confirmation on topsoil requirements, and specifications for edging materials. Furthermore, it affirms the necessity for performance and payment bonds if awarded the contract. The amendment also clarifies the process for submitting past performance questionnaires and emphasizes adherence to project plans and specifications. The document serves as crucial guidance to ensure all bidders are uniformly informed, thereby promoting compliance and fairness in the bidding process.
    The document outlines the procedures and requirements for acknowledging an amendment to a federal solicitation or modification of a contract. It emphasizes that contractors must acknowledge receipt of the amendment by specified methods before the deadline to prevent rejection of their offers. The document states that offers may be modified through written communication if received prior to the deadline and clarifies that the contractor is not required to sign the amendment for submission. Key sections include instructions on how to fill out various parts of the amendment form and the need to maintain all original terms and conditions unless specified otherwise in the amendment. Notably, Solicitation 47PJ0025R0034 is cancelled due to unavailability of funds. The document serves as a critical guideline for contractors engaged in federal procurement, highlighting the importance of compliance with procedural requirements during the bidding process. Overall, the emphasis is on proper documentation and communication to ensure successful contract modification or solicitation acknowledgment within the federal government’s operational framework.
    The Universal Scope Requirements document outlines essential safety, health, energy, sustainability, and environmental standards for contractors working on GSA projects. It emphasizes the contractor's accountability for adhering to safety regulations, including specific guidelines for asbestos and lead paint management. Key sections detail protocols for fire safety, accessibility, and sustainable purchasing practices, mandating compliance with established standards. Construction waste diversion mandates a minimum 50% waste recycling rate for projects exceeding $50,000, coupled with extensive documentation on waste management. Environmental considerations include stormwater management, utility locates, and compliance with the National Environmental Policy Act. Additionally, the National Computerized Maintenance Management System requires accurate asset record updates post-project completion. Overall, the document serves as a comprehensive guideline to ensure projects meet federal standards and promote health, safety, and sustainability in the construction industry. Compliance with these requirements is crucial for legal and environmental stewardship, ensuring safety for both workers and the public while fostering sustainable practices throughout the construction process.
    The Vendor Fitness Determination Training Manual outlines the procedures for conducting background investigations for GSA contractors as mandated by the Homeland Security Presidential Directive 12 (HSPD-12). It defines the fitness determination process, categorizing contractors into long-term and short-term based on project duration and access needs. The manual specifies who requires investigations, the types of investigations, and the documentation necessary for approval, including the Contractor Information Worksheet (CIW) and the Declaration for Federal Employment (OF306). It details the Special Agreement Check (SAC) process for short-term contractors, Tier 1 or higher investigations for long-term contractors, and the roles and responsibilities of vendors and Requesting Officials. The guide emphasizes the importance of timely and complete submissions to avoid delays, specifies eligibility criteria, and outlines steps in the escort process for contractors who do not need full investigations. Overall, it provides comprehensive instructions to ensure secure access to federal facilities while maintaining compliance with federal regulations, highlighting the necessity of stringent background checks for contractor personnel working on GSA projects.
    The Facilities Standards for the Public Buildings Service (P100) establishes mandatory guidelines for the design, construction, and operation of federal civilian buildings managed by the U.S. General Services Administration (GSA). It applies to various project types, ensuring compliance with federal, state, and local codes while prioritizing sustainability, safety, and health risk management throughout a building's lifecycle. The document is structured into chapters covering general requirements, urban development, architecture, engineering specifics, and safety standards, ensuring that all federal facilities remain functional in disasters and secure against threats. It emphasizes performance-based requirements, allowing project teams to tailor solutions to meet GSA's goals effectively. Key themes include the importance of assessing and mitigating environmental impacts, adherence to accessibility standards, and assurance that upkeep and operational efficiency are integral to all design phases. Updates to P100 occur every three years to reflect regulatory changes and industry standards, thereby ensuring the guidelines remain current and relevant for enhancing site planning, building resilience, and maintaining operational excellence within federal facilities.
    The document provides detailed pricing and invoicing instructions for projects funded by the Inflation Reduction Act of 2022 (IRA), focusing on expenditures related to low-embodied carbon materials, emerging technologies, and high-performance green building measures. The General Services Administration (GSA) mandates that offerors submit separate prices for IRA-related work during the solicitation phase, and those prices must also be included in any contract modifications during project execution. Invoice submissions must itemize progress under specific contract line item numbers (CLINs) and associated subCLINs. Key components of expenses covered under IRA CLINs include transportation, labor, materials, design and documentation requirements, demolition, environmental remediation, and any final commissioning tasks. Specific examples are provided, illustrating types of expenses for using IRA-funded materials in projects such as installing walls and windows or road paving. Overall, this document serves to ensure proper tracking and accountability of funds allocated under the IRA, facilitating transparency and compliance for all parties involved in government-funded projects.
    The document outlines the Project Submittal/Reporting Form designed to track the sustainability impacts of the Inflation Reduction Act (IRA)-funded low embodied carbon (LEC) materials, emerging and sustainable technologies (E&ST), and high-performance green building (HPGB) projects in GSA-owned buildings. Each project is identified by a Kahua project ID and an accounting string ID, with data updates required at specific milestones set forth in the guidelines. The form facilitates specific information entry on work item levels, addressing submission frequencies and progress tracking through color-coded fields. Required data categories include project identifiers, material categories, quantities, and performance metrics, ensuring precise tracking and reporting of sustainability impacts. Project teams are instructed to maintain accuracy in entries, avoid duplicates, and ensure data reflect the project's progress. The form serves as part of a broader initiative to enhance infrastructure and environmental standards in the context of federal funding and regulatory compliance.
    The document outlines a post-award allocation for a construction project utilizing the Design Bid Build approach. It includes essential details such as owner and contractor information, project scope, and pertinent assumptions. The file stresses the significance of sustainable practices, mentioning various divisions of work aligned with the PBS MasterFormat CSI system, particularly emphasizing low embodied carbon materials and high-performing green building technologies. There's an itemization of the bid sections tackling diverse construction elements—from concrete and metals to mechanical systems—along with general conditions relating to insurances and bonding. The estimated start date and performance timeline are also included. This document serves as a guiding framework for contractors and stakeholders, ensuring that project specifications align with federal and state grant provisions and RFP requirements, promoting environmental accountability and compliance in public construction endeavors.
    The Huron Xeriscape project at the United States Federal Building in Huron, SD, focuses on extensive landscaping and irrigation system upgrades through xeriscaping principles. The initiative aims to enhance aesthetic appeal and reduce water usage while complying with local zoning regulations. The project includes a comprehensive demolition plan, planting plan, and irrigation design, detailing specific vegetation and infrastructure needed for optimal performance. Key tasks involve removing existing landscaping, installing new water-efficient plant species, and setting up a modern irrigation system designed for low water consumption. Essential guidelines are outlined, including utility location responsibilities, construction safety adherence, and maintaining access to public entrances during the project. The project also emphasizes protecting existing vegetation during construction and includes provisions for collaboration with certified arborists to ensure effective tree and plant care. Overall, this project reflects the federal commitment to sustainable landscaping practices while improving the environment around the Huron Federal Building. It demonstrates meticulous planning and adherence to regulations, integrating modern landscaping techniques that cater to the region's ecological needs.
    The Huron Xeriscaping project at the United States Federal Building in Huron, South Dakota, is initiated by the General Services Administration (GSA) and aims to replace existing irrigated turf with sustainable xeriscaping. This environmentally friendly design utilizes water-efficient planting methods, including drought-tolerant grass and native perennial plants, while integrating healthily existing trees into the landscape. The project will also install a new irrigation system that will be decommissioned post-completion. The comprehensive Project Manual outlines the requirements for procurement, contracting procedures, work restrictions, payment procedures, and project management systems essential for the project's completion within 120 days. It emphasizes coordination with ongoing government operations, minimal disruption, and adherence to safety protocols throughout construction. The document includes sections that guide contractors on substitutions, contract modifications, and required documentation, ensuring clarity in roles and responsibilities among stakeholders involved. Ultimately, this project underscores GSA's commitment to eco-friendly practices while enhancing the landscaped areas around federal buildings.
    The document outlines the procedures for conducting background investigations as mandated by Homeland Security Presidential Directive 12 (HSPD-12) for contractors associated with the General Services Administration (GSA). It delineates responsibilities for various stakeholders, including prime vendors and Zonal Help Desks, throughout the fitness determination process. The document specifies types of contractors (long-term and short-term), requirements for background checks, and the necessary forms, such as the Contractor Information Worksheet (CIW) and OF 306—Declaration for Federal Employment. Key points include the validation steps for applicants, conditions under which they may access GSA facilities, and the role of the Zonal Help Desk in processing investigations. It emphasizes the importance of accurate and complete submissions to avoid common pitfalls that could delay investigations—such as incomplete information or discrepancies across documents. It also clarifies that applicants cannot begin work until a favorable determination is received, as well as the potential for disqualification from future contracts if deemed unfit. Overall, the document serves as a comprehensive guide for ensuring security compliance in contractor hiring and management within federal facilities.
    The U.S. General Services Administration (GSA) is initiating a xeriscaping project at the Federal Building in Huron, South Dakota, funded in part by the Inflation Reduction Act of 2022 (IRA). This project aims to replace traditional grass lawns with xeriscape landscaping to minimize water usage and maintenance costs. Contractors are tasked with providing comprehensive services, including labor, materials, and supervision, following strict compliance with building codes, safety protocols, and environmental standards outlined in the Project Manual. Key project requirements include adhering to timelines, conducting environmental assessments, and implementing health and safety measures. Offerors must submit detailed pricing aligned with IRA provisions, particularly focusing on low-embodied carbon materials and green technologies. The project is expected to be completed within 120 days of the Notice to Proceed, with rigorous documentation and quality control processes mandated throughout. Contractors must also engage in regular communication and project updates. Upon project completion, as-built documentation and training for operations and maintenance personnel are required. This undertaking reflects the GSA's commitment to sustainability and enhancing federal building performance in alignment with federal green building goals.
    Similar Opportunities
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    Great Lakes Turf Maintenance -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a turf maintenance contract at the Great Lakes National Cemetery in Holly, Michigan. This procurement involves a new turf maintenance contract that includes a base year plus four option years, aimed at maintaining the cemetery's grounds to ensure a respectful environment for veterans and their families. The services required fall under the Landscaping Services category, specifically identified by NAICS code 561730 and PSC code S208, highlighting the importance of maintaining the aesthetic and functional quality of the cemetery grounds. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact April Graves at april.graves@va.gov for further details regarding the solicitation process.
    JOTFOC for the Midland USCH Elevator Upgrade Project
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the Midland USCH Elevator Upgrade Project, which involves the repair or alteration of office buildings. This opportunity is being issued as a Justification for Other Than Full and Open Competition, indicating that the procurement may not be open to all potential bidders due to specific circumstances outlined in the attached justification document. The project is critical for maintaining the functionality and safety of the elevator systems within the Midland facility, ensuring compliance with operational standards. Interested parties can reach out to Temica Stewart at temica.stewart@gsa.gov or by phone at 817-201-7945 for further details regarding the procurement process.
    Skiatook and Birch Lake PCMC, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the landscaping and groundskeeping needs of the area. The services are crucial for maintaining the aesthetic and functional quality of the lakeside facilities, ensuring a safe and pleasant environment for visitors and staff. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation notice W912BV26QA010.
    Multiple Award Schedule
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for a Multiple Award Schedule under the Federal Acquisition Service, specifically managed by the GSA/FAS Furniture Systems Management Division. This procurement is a combined synopsis/solicitation for commercial items, aimed at acquiring a range of professional, scientific, and technical services as classified under NAICS code 541990. The services procured through this opportunity are vital for supporting various federal operations and ensuring efficient service delivery. Interested vendors can reach out to the National Customer Service Center at NCSCcustomer.service@gsa.gov or call 800-488-3111 for further information, as proposals are currently being requested with no written solicitation to be issued.
    36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide irrigation services at Fort Snelling National Cemetery in Minneapolis, Minnesota. The procurement aims to ensure the maintenance and proper functioning of irrigation systems within the cemetery grounds, which is essential for preserving the landscape and honoring the site’s significance. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the NAICS code 561730, which pertains to Landscaping Services. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.