The Wilmington VA Medical Center is issuing a Request for Quote (RFQ) for lawn and ground maintenance services, designated under solicitation number 36C24425Q0439. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 561730, focusing on grounds maintenance. Interested vendors must submit quotes by May 16, 2025, and adhere to specific submission guidelines outlined in the solicitation documents. Key details include a required site visit on May 8, 2025, and a deadline for questions on the solicitation set for May 9, 2025, by 12:00 PM Eastern Time. The contract will include provisions from the Service Contract Act, with applicable wage determinations. To participate, contractors must be registered in the System for Award Management (SAM). This solicitation reflects the VA's commitment to contracting with veteran-owned businesses and maintaining the grounds of the Wilmington facility. Compliance with acquisition regulations is essential, making it crucial for participants to thoroughly review and follow all outlined requirements.
The document is an amendment to a previous combined solicitation for landscaping services at the Wilmington VA Medical Center, released by the Department of Veterans Affairs. The solicitation number is 36C24425Q0439, and the response deadline is set for May 23, 2025, at 12:00 PM Eastern Time. This request for quotes (RFQ) is specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC).
Interested parties must acknowledge all amendments during the submission of their offers, with late submissions being disqualified. The services will be performed at the Wilmington VA Medical Center located at 1601 Kirkwood Highway, Wilmington, DE. The primary contact for the solicitation is Keri Lewis, a Contract Specialist, who can be reached via email. The document emphasizes adherence to the updated deadlines and requirements, reflecting standard practices for federal RFP processes. Moreover, it underscores the commitment to utilize small business resources under specific regulations.
The document is an amendment to a previous solicitation regarding landscaping services for the Wilmington VA Medical Center, issued by the Department of Veterans Affairs. The solicitation number is 36C24425Q0439 with a response deadline of May 23, 2025, at noon Eastern Time. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves products classified under the NAICS code 561730.
The contracting office is located at 1601 Kirkwood Highway, Wilmington, DE 19805, and all offers must acknowledge the amendments included in this document, with additional details provided in the attached documents. The main contact for queries is Contract Specialist Keri Lewis, reachable only by email. The purpose of this amendment is to inform potential bidders about updates to the landscaping RFQ and to supply necessary question-and-answer clarifications to assist in the proposal submission process. This solicitation is part of the government’s ongoing efforts to engage veteran-owned businesses in federal contracting opportunities.
The document is a Request for Quote (RFQ) by the Department of Veterans Affairs, specifically for Grounds and Lawn Maintenance Services at the Wilmington VA Medical Center. The procurement follows federal guidelines for service-disabled veteran-owned small businesses, aiming to maintain the facility's landscape, including grass, trees, and shrubs, as specified in the Performance Work Statement (PWS) attached. The contract will be a set-aside for service-disabled veteran-owned businesses with a maximum sales limit of $9.5 million under NAICS code 561730.
Key elements of the services to be provided include mowing, trimming, edging, pest management, and general ground upkeep. The contract will span from June 2025 to June 2030 in varying terms, allowing for four one-year options. Quoters must submit their offers by strict guidelines and are advised to register in the System for Award Management (SAM). A site visit will occur prior to bid submission. Compliance with wage determinations and standards set by the Service Contract Act is mandatory. The solicitation details the administrative, contractual clauses, and performance standards to ensure quality service delivery throughout the contract period.
The document serves as a response to performance work statement (PWS) inquiries regarding landscaping and maintenance contracts for a federal facility. Key topics include the status of mulching, clarity on landscaping pricing for twelve months excluding snow and ice, and details about the retention pond maintenance scope. The government will provide a current inventory of plants in the retention pond but will not issue a baseline inspection report. Guidance on plant density targets aligns with DNREC guidelines, stipulating zero percent for aquatic coverage.
Additionally, it addresses semi-annual cleaning responsibility for stormwater inlets, specifying that site plans are unavailable and no confined space permits are necessary. The contractor's access is limited to standard hours unless arrangements are made, and it clarifies the contractor’s responsibility for the Tranquility Garden’s design and layout. Previous contract details require a FOIA request for access. Overall, the document outlines procedural expectations and limitations for compliance with federal contract requirements, indicating a clear delineation of contractor responsibilities and available resources.