This document is an amendment to Solicitation Number 36C26226Q0050, for Landscaping and Grounds Maintenance Services for the VA Greater Los Angeles Healthcare System. The amendment, number 0001, was issued on November 6, 2025, and its primary purpose is to post the job walk sign-in sheet. All other terms and conditions of the original solicitation remain unchanged. The response date for the solicitation is November 17, 2025, at 10 AM PACIFIC TIME. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contracting office is the Department of Veterans Affairs, Network Contracting Office 22 in Long Beach, CA. Offers must acknowledge receipt of this amendment to be considered.
This document is an amendment to Solicitation Number 36C26226Q0050 for Landscaping and Grounds Maintenance Services for the VA Greater Los Angeles Healthcare System. The main purpose of this amendment is to extend the response date and time for offers to November 21, 2025, at 10:00 AM Pacific Time. All other terms and conditions of the original solicitation remain unchanged. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and is being administered by the Department of Veterans Affairs, Network Contracting Office 22, in Long Beach, CA.
This document is an amendment to Solicitation Number 36C26226Q0050 for Landscaping and Grounds Maintenance Services for the Department of Veterans Affairs. Issued by the Network Contracting Office 22 in Long Beach, CA, the amendment's effective date is November 17, 2025. The primary purpose of this amendment, numbered 0003, is to post the VA's responses to vendor questions, indicating an active question-and-answer phase in the solicitation process. The response date/time for offers remains November 21, 2025, at 10 AM Pacific Time. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures transparency and provides necessary clarifications to potential offerors.
The Department of Veterans Affairs is soliciting bids for Landscaping and Grounds Maintenance Services at the VA Greater Los Angeles Healthcare System, Sepulveda Ambulatory Care Center & Nursing Home. This Request for Quotes (RFQ) is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 561730 with a $9.5 million size standard. The contractor will provide comprehensive landscaping, irrigation repair, and grounds maintenance, including lawn care, shrub and tree pruning, fertilization, weed control, trash pickup, solar field weeding, street sweeping, and hydroseeding. The contract includes a base year and four option years, with a period of performance from December 1, 2025, to November 30, 2030. Key requirements include specific equipment, C-49 Tree and Palm Contractor license, Qualified Applicator Certificate, and references from government or commercial clients. Quotes are due by November 17, 2025, 10 AM PST, and a job walk is scheduled for November 4, 2025. The award will be based on the lowest-priced, reasonable quote that meets all responsibility standards.
The document, likely a component of a government RFP, grant, or state/local RFP, specifies the requirement for maintaining ground mount solar systems. This indicates a need for ongoing services related to the operational upkeep and performance of solar energy infrastructure. The brevity suggests it is either a very high-level overview or a placeholder within a larger document detailing specific maintenance tasks, schedules, and qualifications for potential vendors or grantees.
This government file outlines the terms and conditions for a vendor offer, primarily for landscaping and related maintenance services for the Department of Veterans Affairs. It details contract administration, electronic payment procedures, and monthly invoicing requirements. The core of the document is a comprehensive price/cost schedule for a base year and four option years, covering services like lawn care, tree pruning, weed control, trash pickup, and emergency repairs. Additionally, the file includes crucial federal acquisition regulations (FAR) and VA Acquisition Regulations (VAAR) clauses, such as those related to System for Award Management (SAM) registration, limitations on subcontracting for service-disabled veteran-owned small businesses (SDVOSBs), and various offeror representations and certifications concerning business size, ownership, and compliance with federal laws and executive orders.
This government file outlines the Federal Acquisition Regulation (FAR) and Department of Veterans Affairs Acquisition Regulation (VAAR) provisions governing commercial product and service acquisitions. It details instructions for offerors, including NAICS codes, submission requirements, acceptance periods, and policies on late submissions and contract awards. Key clauses cover inspection, acceptance, assignment, changes, disputes, excusable delays, invoicing, payment terms (including overpayments and interest), risk of loss, taxes, and termination for convenience or cause. The document also incorporates numerous FAR clauses by reference to implement statutory and Executive Order requirements, such as those related to small business utilization, labor standards, equal opportunity, and combating trafficking in persons. Specific VAAR clauses address Service-Disabled Veteran-Owned Small Business (SDVOSB) set-asides, defining eligibility, compliance with subcontracting limitations, and protest procedures, including direct agency and alternative dispute resolution options.
The document is a sign-in sheet for a site survey related to Solicitation 36C26226Q0050 for Landscaping and Grounds Maintenance Services, scheduled for November 4, 2025, at the Sepulveda VA Medical Center. It includes names, titles, organizations, phone numbers, and email addresses of attendees, with several entries highlighting various roles from different companies involved in landscaping and maintenance. The document reflects the participation of both government and private sector representatives in preparation for the solicitation.
The document is a site plan detailing various buildings and facilities at the Sepulveda Campus, including administration, research, and parking lot areas. It provides a legend of designated structures, such as the ambulatory care building, nursing home care, and several research facilities, identifiable by their numerical codes. Additionally, there are references to closed or demolished facilities, emphasizing the layout and functional divisions of the campus.
The VA Sepulveda tree count by building lists various tree species and their counts across different buildings on the property. Notable totals include 13 Eucalyptus trees in Building 200 and 5 Crape Myrtle trees in Building 201. Other buildings feature a mix of species such as Ash, Jacaranda, and various types of Ficus.
This document outlines the Department of Veterans Affairs' (VA) responses to vendor questions regarding a new grounds maintenance contract, confirming it is a firm-fixed-price requirement. Key areas addressed include the contractor's discretion for staffing levels and irrigation specialists, the mandatory requirement for a certified arborist, and the inclusion of tree care, pruning (weekly as needed), and debris removal in the base scope. The VA clarified that pest control is under a separate contract, but turf restoration for gopher holes is included. Compliance with California's AB 1346 for zero-emission equipment is mandatory, with proposals evaluated on adherence to special responsibility standards. Trash pickup frequency varies, with high-traffic buildings receiving daily checks and five-day-a-week service, while others are three times weekly. The contractor is responsible for initial irrigation system surveys and repairs, and for providing all necessary parts thereafter. The entire Sepulveda campus, including all solar areas, is covered under the contract. The VA will not provide standard templates for reporting or inspection checklists, requiring the contractor to develop their own. On-site equipment storage is permitted, with power provided for temporary charging. Street sweeping is bi-weekly for trucks and weekly for backpack blowers, with specific priority areas. No transition overlap with an incumbent contractor is planned, and the VA will not provide historical maintenance data or staffing levels.