S208--RFQ for Wilmington landscaping
ID: 36C24425Q0439Type: Combined Synopsis/Solicitation
AwardedJun 18, 2025
$439.5K$439,483
AwardeeEMPIRE FACILITY SERVICES INC Marlton NJ 08053 USA
Award #:36C24425P0572
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is issuing a Request for Quote (RFQ) for landscaping and grounds maintenance services at the Wilmington VA Medical Center, designated under solicitation number 36C24425Q0439. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 561730, focusing on essential services such as mowing, trimming, pest management, and general upkeep of the facility's landscape. The contract is significant for maintaining the grounds of a federal facility and reflects the VA's commitment to engaging veteran-owned businesses in federal contracting opportunities. Interested vendors must submit their quotes by May 23, 2025, and are required to register in the System for Award Management (SAM). For inquiries, potential bidders can contact Contract Specialist Keri Lewis via email at keri.lewis2@va.gov.

    Point(s) of Contact
    Keri LewisContract Specialist
    email only.
    keri.lewis2@va.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Annapolis and Loudon Park National Cemeteries are in need of Grounds maintenance.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for grounds maintenance services at the Annapolis and Loudon Park National Cemeteries in Baltimore, Maryland. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves the cancellation of a previous contract award due to a protest and subsequent reassessment of requirements. Grounds maintenance is crucial for maintaining the dignity and appearance of national cemeteries, ensuring they honor the service of veterans. Interested parties can contact Contracting Officer Hugh O'Neil at hugh.oneil@va.gov for further details regarding this opportunity.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    36C78626Q50011 Great Lakes Turf Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking quotations for turf maintenance services at Great Lakes National Cemetery in Holly, Michigan. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one-year base period and four one-year options, not exceeding $2,300,000. The services required include shrub management, leaf removal, herbicide and fertilizer applications, and other landscaping tasks, all performed with a high standard of dignity and respect due to the cemetery's status as a national shrine. Interested contractors must submit their proposals by January 13, 2026, and can direct inquiries to April Graves at april.graves@va.gov.
    Plant and Holiday Decor Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Plant and Holiday Decor Services for the Washington DC VA Medical Center and its associated Community Based Outpatient Clinics. The procurement involves a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with an estimated performance period from January 19, 2026, to January 18, 2031, and a maximum contract value of $500,000.00. Key requirements include weekly plant maintenance, annual plant audits, pest control, and the installation and removal of holiday decorations, emphasizing the importance of maintaining a welcoming environment for veterans and staff. Interested parties must submit their quotes and any questions by January 5, 2026, with site visits scheduled for December 18-19, 2025; inquiries should be directed to Jameel Gordon at jameel.gordon@va.gov.
    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.
    F014--Tree Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Tree Removal Services for the Togus VA Medical Center located in Augusta, Maine. The procurement includes tree removal, stump grinding to a minimum depth of six inches, chipping or hauling away debris, and mulching with environmentally safe coloring, with the contract structured as a base year plus one option year. This service is crucial for maintaining the safety and aesthetics of the medical center's grounds, ensuring compliance with environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their firm fixed price quotes, along with a completed Limitation of Subcontracting form and a technical capabilities proposal, by December 26, 2025, at 5:00 PM EST. For further inquiries, contact Kenya R. Mitchell at Kenya.Mitchell1@va.gov.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide irrigation maintenance services at Fort Snelling National Cemetery under the solicitation number 36C78626Q50027. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year with four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. The contractor will be responsible for systematic irrigation system startup, repair, and winterization, ensuring minimal disruption to cemetery operations while maintaining the dignity and respect of the site. Proposals are due by December 19, 2025, at 12:00 PM CST, with a mandatory site visit scheduled for December 11, 2025. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    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.