This document is an amendment to a previous combined solicitation, 36C24825Q1028, for Landscaping and Grounds Services. The solicitation is issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) Miami VA Healthcare System, located at 1201 NW 16th Street, Miami, FL 33125. The response date is August 26, 2025, at 11:00 AM Eastern Time, New York, USA. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 561730 and Product Service Code S208. The amendment specifically addresses questions and responses related to the Grounds Maintenance Services. The point of contact for this solicitation is Contracting Officer William L. Bridger, who can be reached at william.bridger@va.gov or 305-575-3279.
The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Miami, FL, has issued Amendment 0001 to Solicitation 36C24825Q1028 for grounds maintenance services. This amendment extends the offer receipt deadline to August 26, 2025, at 11:00 AM EDT. The primary purpose of this amendment is to provide government responses to submitted questions and clarify aspects of the solicitation. Key clarifications include confirming that this is a new requirement with no incumbent contractor or previous award history, and addressing questions regarding on-site storage (not available), debris disposal (no restrictions), service continuity during inclement weather (within 24 hours of safety), and notification for special events (24-48 hours prior). The amendment also clarifies pest control requirements, the inclusion of exterior potted plants, and the age of sprinklers, while stating that no site maps or linear measurements are available. TCIA certification is required, and
The Department of Veterans Affairs (VA) is soliciting quotes for Landscaping and Grounds Services at the Bruce W. Carter VA Medical Center in Miami, FL, under solicitation number 36C24825Q1028. This Request for Quote (RFQ) is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and requires bidders to be verified in the SBA database prior to submission. The selected contractor will be evaluated based on price, technical factors, and past performance per FAR 52.212-2. Quotes must be submitted via email by August 25, 2025, at 3:00 PM EST, while a pre-bid site visit is scheduled for August 14, 2025. Offers must comply with registration requirements in SAM and include the relevant NAICS code (561730 with a $9.5 million size standard). All inquiries must be directed to the Contracting Officer via email by August 15, 2025. The document emphasizes compliance with associated regulations and policies, making it a critical procurement tool for the VA's landscaping needs.
This government file outlines the administrative and payment procedures for a contract with the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Miami. It specifies that the Government's contract administration will be handled by a Contracting Officer at the Miami VA Healthcare System. Payments to the contractor will be made via electronic funds transfer, as per FAR Clause 52.232-33. Invoices must be submitted electronically in arrears, with the frequency (quarterly, semi-annually, or other) to be determined. The document also includes a section for the offeror to acknowledge receipt of any amendments to the Solicitation, indicating the amendment number and date.
The document outlines the contract administration procedures for the Department of Veterans Affairs' Network Contracting Office 8 in Miami, Florida. It specifies that contract administration will be overseen by designated personnel, including a Contracting Officer. The contractor's payments will be processed following the Payment by Electronic Funds Transfer system as dictated by the relevant federal regulation. Invoices are required to be submitted electronically and on a quarterly basis as per VA stipulations. The document also emphasizes the importance of acknowledging any amendments to the solicitation. Overall, this information is critical for ensuring streamlined communication and financial transactions between the contractor and the government entity, adhering to official guidelines for transparency and efficiency in government contracting.
This Performance Work Statement outlines the requirements for Grounds Maintenance Services at the Miami Veterans Affairs Medical Center (MVAMC), a Service Disabled Veterans Owned Small Business (SDVOSB) procurement. The contractor will provide comprehensive grounds maintenance for the 26.3-acre facility, including mowing, edging, fertilizing, weed removal, trimming, tree removal, planting, integrated pest management, irrigation, and debris removal. Services are for a one-year base period with four optional 12-month extensions. Work is generally performed Monday through Friday, 7:30 a.m. to 4:30 p.m., excluding federal holidays, though pre-holiday service is required. The contractor must supply all personnel, equipment, and materials, and ensure staff are licensed for irrigation, arboriculture, and pest control. An Integrated Pest Management Plan (IPM) is required, emphasizing non-pesticide methods and strict adherence to safety and environmental regulations. Quality control is paramount, with regular inspections and corrective actions for any deficiencies, which could lead to contract action if unresolved. The contractor is responsible for security, accident prevention, and adherence to all federal, state, and local laws and safety guidelines.
The Performance Work Statement (PWS) outlines the requirements for Grounds Maintenance Services at the Miami Veterans Affairs Medical Center (MVAMC), a facility catering to over 152,000 veterans in southern Florida. This service, aimed at maintaining a safe and aesthetically pleasing environment, is open exclusively to Service Disabled Veterans Owned Small Businesses (SDVOSB). Key tasks include mowing, edging, fertilizing lawns, weed control, debris removal, tree trimming, pest management, and irrigation maintenance.
Contractors are responsible for all personnel and equipment needed to fulfill these tasks over a one-year base period with four optional extensions. Service should align with recognized holidays, and maintenance work must be performed during standard hours. Contractors must ensure effective quality control, adhering to established horticultural standards and undergoing routine inspections.
The PWS also specifies the need for certifications such as a licensed irrigation technician and a certified arborist among contractor personnel, along with strict adherence to environmental safety regulations. The document emphasizes proactive maintenance practices while implementing a quality assurance surveillance plan to evaluate contractor performance. Overall, this PWS represents the government's initiative to ensure a well-maintained and sustainable environment for veterans' services, with an emphasis on veteran-owned businesses.
The document outlines a comprehensive grounds maintenance services contract, structured with a base period and four optional one-year extensions. Each period, identified by unique item numbers (0001 for base, 1001-4001 for options), includes detailed services: landscaping, irrigation, tree services, tree stump removal, and emergency disaster services. Landscaping and irrigation services are billed monthly (12.00 MO), tree services are per each (2.00 EA), tree stump removal is per each (2.00 EA), and emergency disaster services are per job (1.00 JB). The file serves as a price/cost schedule within a government RFP, requiring vendors to provide unit prices and total amounts for each service category across all potential contract periods.
The document outlines the pricing and cost schedule for Grounds Maintenance Services under a federal government contract. It delineates services to be provided over several contract periods, including base and four optional extensions. Specific tasks listed include landscaping, irrigation, tree care, tree stump removal, and emergency disaster services, with associated quantities indicated in months or units for each task. For example, landscaping and irrigation services are required monthly, while tree stump removal is needed on an as-needed basis (2 each). The schedule aims to standardize bids and proposals for prospective contractors participating in the Request for Proposals (RFP). This structure helps streamline the procurement process by clearly defining service expectations and costs over a multi-year span. The intent is to ensure consistency in service delivery and cost management across the total duration of the maintenance contract.
This document outlines the VA's limitations on subcontracting for services and construction, as per 38 U.S.C. 8127(l)(2) and VAAR 852.219-75. Offerors certify compliance with subcontracting limits: 50% for services, 85% for general construction, and 75% for special trade construction, restricting payments to non-certified SDVOSBs/VOSBs. Costs of materials are excluded for construction. The certification acknowledges potential penalties under 18 U.S.C. 1001 for false information. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation to VA upon request to prove compliance, with failure to do so possibly resulting in remedial action. The certification must be completed and returned with the offer, or the offer will be deemed ineligible.
The VAAR 852.219-75 outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in contracts awarded by the VA. It requires contractors to certify compliance with these limitations, which restrict the percentage of contract funds that can be paid to non-SDVOSB/VOSB firms. Specifically, for service contracts, no more than 50% can be subcontracted; for general construction, 85%; and for special trade construction, 75%. Costs related to materials are excluded from these calculations. The certification involves an acknowledgment of the legal implications of providing false information and may lead to serious penalties, including prosecution. Contractors must provide documentation to demonstrate compliance throughout the contract duration. Failure to comply may result in government actions, including fines and debarment. The certification must accompany all bids, and offers lacking this certification will be deemed ineligible. This document is significant in ensuring that federal contracts support veteran-owned businesses while maintaining regulatory integrity.
This document outlines contract clauses for federal government acquisitions of commercial products and services, incorporating various Federal Acquisition Regulation (FAR) and Department of Veterans Affairs Acquisition Regulation (VAAR) provisions. Key areas covered include inspection and acceptance of deliverables, assignment of payments, contract changes, dispute resolution, excusable delays, and detailed invoicing requirements. The document specifies payment terms, including prompt payment, electronic funds transfer, and handling of overpayments and interest charges. It also addresses risk of loss, taxes, and conditions for termination for convenience or cause. Important clauses relate to warranties, limitations of liability, and compliance with federal, state, and local laws. A significant portion is dedicated to requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), including definitions, eligibility, certification, and limitations on subcontracting. Electronic submission of payment requests is mandated, with specific data transmission methods and exceptions. Additionally, the document incorporates numerous FAR clauses by reference, covering topics such as whistleblower rights, prohibitions on certain hardware/software, restrictions on foreign purchases, equal opportunity for veterans and individuals with disabilities, and combating trafficking in persons.
The provided document, titled "SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS," details a Service Contract Act (SCA) Wage Determination for Florida, specifically Dade County. Identified by WD #: 2015-4543 and Revision Number 31, this determination was published on May 1, 2025. It outlines the specific wage requirements for services performed under federal contracts in the designated geographical area, ensuring compliance with labor laws. This document is crucial for entities preparing bids for government contracts within this region, as it dictates the minimum wages and fringe benefits for various service occupations.
This government file outlines the instructions for offerors submitting proposals for federal contracts, particularly for Grounds Maintenance Services, under Federal Acquisition Regulation (FAR) Parts 12 and 13. It details submission requirements, including NAICS code, small business size standards, technical descriptions, pricing, certifications (FAR 52.212-3), and past performance. Key submission deadlines include questions by August 16, 2025, and quotes by August 25, 2025, both by email to William.Bridger@va.gov. Eligibility is restricted to responsible SDVOSB Set-aside small businesses with active SAM registration. The document specifies procedures for late submissions, modifications, and withdrawals, as well as the government's right to award without discussions. Evaluation criteria are technical capability, price, and past performance, with an emphasis on obtaining the best overall benefit for the government. It also covers unique entity identifier requirements (for offers exceeding $10,000) and procedures for protests, including contact information for the Contracting Officer and alternative protest options.
This document outlines the contract clauses related to government contracts for commercial products and services, highlighting responsibilities and procedures for both contractors and the government. Key areas include inspection and acceptance of goods, assignment rights for payment, dispute resolution, excusable delays, invoicing requirements, patent indemnity, and payment procedures. Contractors must submit compliant invoices, which include detailed information to facilitate prompt payment per the Prompt Payment Act. Additionally, clauses regarding indemnification, liability limitations, compliance with federal and state laws, and specific provisions for service-disabled veteran-owned small businesses are detailed. The document emphasizes the importance of adherence to these terms to maintain contractual integrity, protect the government’s interests, and ensure accountability in public procurement. Overall, it serves as a comprehensive reference for contractors engaging in federal and state contracts, ensuring informed compliance with relevant laws and regulations while addressing specific needs of various stakeholders in the contracting process.
The document identifies a service contract related to the Service Contract Act, specifically for Dade County, Florida, indicating Wage Determination number 2015-4543, revision number 31, with a published date of May 1, 2025. The contract outlines the provision of non-standard services, though specific services are not detailed within this excerpt. This falls within the context of federal government RFPs, focusing on labor standards for federal contracts to ensure fair wages and working conditions for service employees. The Wage Determination designation suggests compliance with stipulated wage rates set for service workers in the area, which is essential for securing contracts while adhering to federal regulations. Overall, the document serves as a framework for contractors to understand the wage and service standards required in the execution of federal contracts in the specified locale.
The document outlines the solicitation provisions for a federal Request for Quotation (RFQ) specifically for Grounds Maintenance Services. It details the instructions to offerors, emphasizing compliance with the Federal Acquisition Regulation (FAR) Part 12 and Part 13. Key eligibility criteria specify that only responsible Service-Disabled Veteran-Owned Small Businesses (SDVOSB) may submit quotes. Offerors must adhere to submission guidelines, including submitting a signed quote by specified deadlines and providing specific documentation such as capability statements, certifications, and past performance records. Moreover, the evaluation process will prioritize technical merit, price, and past performance to determine the most advantageous quote for the government. The contracting officer retains the right to reject all offers and emphasizes the importance of maintaining award integrity by requiring a unique entity identifier and SAM registration. This solicitation serves to engage qualified small businesses in delivering essential maintenance services, reflecting the government's commitment to supporting veteran-owned enterprises while ensuring quality service delivery.