This amendment to solicitation 36C24126Q0155, issued by the Department of Veterans Affairs, VA Boston Healthcare System, extends the offer receipt deadline to January 9, 2026, at 12 PM EST. It also schedules a site visit for January 7, 2026, at 11 AM EST. The amendment clarifies snow and ice removal service requirements, mandating contractor response within one hour for emergency calls and snowfalls exceeding four inches. The contractor must provide 24/7 contact information. This ensures timely and effective service delivery for the VA Boston Healthcare System.
This government solicitation, 36C24126Q0155, issued by the Department of Veterans Affairs, VA Boston Healthcare System, is for snow plowing, snow hauling, and surface treatment services at its Jamaica Plain campus. The contract covers a base year plus four option years, from February 2026 to April 2030, with a size standard of $9.5 million under NAICS code 561730 (Landscaping Services). The contractor will provide all necessary labor, equipment, and materials for snow removal from various areas, including roads, parking lots, walkways, and building entrances, and must respond within one hour for snowfall greater than four inches or emergency calls. Key requirements include daily documentation of work, off-site snow hauling to approved dumps, maintenance of government-owned snow melting equipment, and adherence to specific safety, insurance, and regulatory standards, including federal acquisition regulations and VAAR clauses. The document also details invoicing procedures, contract clauses, and prohibitions related to certain foreign-made equipment and services, particularly for national security and supply chain integrity.
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for snow and ice removal services in Boston, MA. The VA intends to award a Firm-Fixed Priced contract to a responsive Veteran-Owned Small Business. Solicitation number 36C24126Q0155 will be available for download on December 23, 2025, with a closing date of January 6, 2026, at 12 PM EST. Prospective offerors must be registered in SAM.gov. Questions must be submitted by January 2, 2026, to the contracting officer, Issa Shawki, at issa.shawki@va.gov. The NAICS code for this procurement is 561730.
This document outlines compliance requirements for federal government contractors regarding subcontracting under 13 C.F.R. 125.6. Offerors must certify whether they anticipate using subcontractors or if their company and similarly situated subcontractors will receive at least 50% of the contract value. If subcontractors are used, detailed information including business name, DUNS number, description of work, and percentage cost of the contract is required for each. The document emphasizes severe penalties for violating subcontracting limitations, which can include fines of up to $500,000 or the excess dollar amount spent on subcontractors, and potential debarment. Contracting Officers can request proof of compliance at any time during the contract's performance.
The provided document outlines a standardized template for recording contract information, likely for government agencies such as the Department of Veterans Affairs, given the mention of "Preventative Maintenance, Department of Veterans Affairs." The template includes fields for the name of the contracting activity, address, contract number, award and completion dates, contract value, type of contract, technical and contracting points of contact, place of performance, description of work, commendations, and major subcontractors. The repetition of this template suggests its use for multiple contracts or as a general form for documenting essential details related to federal government RFPs, grants, or state and local RFPs. This structure ensures comprehensive record-keeping and easy retrieval of critical contract-related information.
The document, titled "SNOW REMOVAL ROADWAY&PARKING PLAN" for the VA Boston Healthcare System in Boston, MA, dated 04/22/2020, is a site plan detailing snow removal logistics for the facility. It outlines various lots (LOT #1, #2, #5, #6, #7, #9), parking garages (PATIENT PARKING GARAGE, EMPLOYEE PARKING GARAGE), and key buildings such as the MAIN HOSPITAL, AMBULATORY CARE, RESEARCH, NIH, MRI, and HUNTINGTON HOUSE. The plan specifies locations for long-term and short-term snow storage, along with critical infrastructure like fire hydrants, post indicator valves, and FD connections. The document also includes a legend for these features and various scale indicators (e.g., three inches = one foot, one and one-half inches = one foot). This plan is essential for ensuring operational continuity and safety during winter weather events at the VA Boston Healthcare System campus.