F014--Tree Removal
ID: 36C24126Q0088Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)

Set Aside

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

    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide tree removal and mulching services for the Togus VA Medical Center located in Augusta, Maine. The procurement includes comprehensive services such as tree removal, stump grinding, chipping, and mulching, with an emphasis on environmentally safe practices, including the treatment of mulch with non-toxic coloring. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will consist of a base year with one option year, with a total estimated volume of 25 trees to be removed annually. Interested parties must submit their quotes by January 12, 2026, at 5:00 PM EST, and are encouraged to attend a site visit scheduled for January 7, 2026, to assess the work requirements. For further inquiries, vendors can contact Kenya R. Mitchell at Kenya.Mitchell1@va.gov or by phone at 860-666-6951.

    Point(s) of Contact
    Kenya R MitchellContract Specialist
    (860) 666-6951
    Kenya.Mitchell1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking tree removal and mulching services for the Togus VA Medical Center in Augusta, Maine. This combined synopsis/solicitation, issued as an RFQ, is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561730. The contractor will be responsible for all aspects of tree removal, stump grinding, chipping, and mulching, including treating mulch with environmentally safe coloring and delivering it to a VA-designated location. The contract will include a base year with one option year. The solicitation has been amended to respond to questions, schedule a site visit for January 7, 2026, and extend the response due date to January 12, 2026, at 5:00 PM Eastern Time. Quotes will be evaluated based on technical capability, past performance, and price, with award going to the responsible vendor offering the most advantageous proposal to the Government.
    The Department of Veterans Affairs (VA) is seeking Tree Removal Services for the Togus VA Medical Center in Augusta, Maine. This combined synopsis/solicitation is a Request for Quotation (RFQ) set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The services include tree removal, stump grinding to a minimum depth of six inches, chipping or hauling away debris, and mulching with environmentally safe black or brown coloring. The contract will have a base year and one option year. Quotes are due by December 26, 2025, at 5:00 PM EST and should include a firm fixed price quote, a completed Limitation of Subcontracting form, and a proposal outlining technical capabilities. Award will be based on a comparative evaluation of technical merit, past performance, and price, with the most advantageous offer to the Government being selected.
    This document, "Attachment 2: Tailored FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES," outlines the specific requirements for submitting quotes for federal government acquisitions, particularly those under Simplified Acquisition Procedures. Effective April 18, 2025, it details instructions for offerors regarding NAICS codes, small business size standards, and quote submission content, including technical descriptions, pricing, warranty terms, and required certifications. Key provisions cover the acceptance period for quotes, submission of product samples, guidelines for multiple quotes, and procedures for late submissions or modifications. It also addresses the government's right to issue purchase orders, including multiple awards, and provides information on accessing required documents and the necessity of a Unique Entity Identifier for most quotes. The document explicitly states that past performance information will not be considered in simplified acquisition procurements and that unsuccessful quoters will not be notified.
    Attachment 3, Revision 02, outlines the evaluation criteria for commercial products and services, effective April 18, 2025. The government will award a purchase order to the most advantageous, responsible quoter, considering price and other factors. Key evaluation factors include technical merit, past performance, and price. Quotations will be comparatively evaluated per FAR 13.106-2 (b) (3), allowing the government to select a proposal that offers additional benefits beyond minimum requirements, even if not the lowest priced. Technical evaluations assess how well a quotation meets or exceeds requirements, while past performance evaluates a quoter's likelihood of success through various sources like CPARS or customer surveys. Price will be evaluated by summing all line item prices. The government will not accept alternate quotations.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) outlines requirements for offerors regarding subcontracting limitations for VA contracts. Per 38 U.S.C. 8127(l)(2), offerors certify compliance with specific percentages for subcontracting to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, the limit is 50%; for general construction, 85%; and for special trade construction, 75%. The document emphasizes that false certifications can lead to severe penalties, including criminal prosecution and fines. Contractors must provide documentation to the VA upon request to demonstrate compliance. Failure to submit the completed and signed certification with the offer will result in ineligibility for award.
    This document outlines a series of questions and answers regarding a government Request for Proposal (RFP) for tree removal services. Key aspects covered include an estimated volume of 25 trees for removal in both the base and option years, with work performed on an as-needed and scheduled basis, including emergency removals. The period of performance is year-round, with work typically during VA operating hours unless it's an emergency. The contractor is responsible for utility locates. Mulch produced must be returned to the VA, colored brown, and delivered to a designated on-site location. Detailed weight documentation for removed trees, mulch, and debris, along with before-and-after photographs per work area, are required. Traffic control plans may be necessary depending on the work location. All services, including stump grinding, mulch coloring, and haul-off, are to be included in unit pricing, with payment strictly per task performed. A site visit is scheduled for January 7, 2026, at 9 AM for contractors to assess tree locations. The services also include on-call emergency storm damage clean-up. Trees vary in size (6"-50") and removal methods (direct felling or methodical top-down cutting). Stump grindings will be stored at a designated VA location.
    Lifecycle
    Title
    Type
    F014--Tree Removal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves a range of landscaping tasks, including turf maintenance, tree and shrub care, leaf removal, and the application of fertilizers, with a focus on adhering to National Cemetery Administration standards. This contract is particularly significant as it ensures the upkeep of a national shrine, emphasizing the respectful treatment of gravesites and headstones. Interested vendors must submit proposals by January 6, 2026, with a guaranteed minimum contract value of $10,000 and a maximum aggregate value of $7 million over the contract's duration, which spans from February 1, 2026, to January 31, 2030. For further inquiries, potential bidders can contact Brian Trahan at brian.trahan@va.gov or Ralph Crum at ralph.crum@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.
    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.
    S218--Snow and Ice Removal Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for snow and ice removal services at the VA Boston Healthcare System, specifically for its Jamaica Plain campus. The contract encompasses snow plowing, hauling, and surface treatment services, requiring contractors to respond within one hour for emergency calls and snowfalls exceeding four inches. This service is critical for maintaining operational continuity and safety during winter weather events, ensuring access to key facilities such as the main hospital and parking garages. Interested contractors must submit their offers by January 9, 2026, at 12 PM EST, and are encouraged to attend a site visit scheduled for January 7, 2026, at 11 AM EST. For further inquiries, contact Issa J Shawki at Issa.Shawki@va.gov.
    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.
    S208--2026 Perry Grounds Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking offers for a Firm-Fixed-Price (FFP) contract for landscaping and grounds maintenance services at the Perry Community-Based Outpatient Clinic (CBOC) in Perry, Florida. The contract encompasses a one-year base period with four additional one-year option periods, totaling a potential five-year performance, and includes services such as turf maintenance, aeration, fertilization, weed control, and irrigation system monitoring. This procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated total contract value of $9.5 million. Interested parties must submit their offers via email to Bernadette Quevedo by January 19, 2026, at 4:00 PM EST, and a site visit is scheduled for January 13, 2026.
    Irrigation Management Services at Willamette National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Irrigation Management Services at Willamette National Cemetery in Portland, Oregon. The contractor will be responsible for ensuring the efficient and sustainable operation of the cemetery's irrigation system, which includes routine inspections, preventative maintenance, timely repairs, and system optimization to support landscape health and water conservation efforts. This procurement is a 100% Small Business Set-Aside, with a firm fixed price contract expected to include a base year and four option periods, and the solicitation is anticipated to be issued on or about January 10, 2026. Interested parties should ensure they are registered and active in the System for Award Management (SAM) and can contact Contracting Officer Roberto Escobedo at Roberto.Escobedo@va.gov for further information.
    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.
    S218--Snow Removal and Salt Spreading | 36C24426Q0156 | Lebanon (PA) VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for snow, ice, and slush removal and salt spreading services at the Lebanon VA Medical Center in Pennsylvania, under solicitation number 36C24426Q0156. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves maintaining approximately 638,000 square feet of parking lots and roads, as well as 98,000 square feet of walkways and entrances, with the VA providing bulk and bagged salt. Interested vendors must submit their quotes by January 2, 2026, at 4:00 PM Eastern, and any questions regarding the solicitation should be directed to Christina Gennaoui or Pamela Rayburg by December 29, 2025, at 4:00 PM Eastern.
    V225--Maine Ambulance unrestricted
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for unrestricted ambulance services, specifically Basic Life Support (BLS), Advanced Life Support (ALS), and Specialty Care Transport (SCT), for eligible Veteran beneficiaries within the VA Maine Healthcare System. The contractor will be responsible for providing all necessary labor, materials, and supervision under a firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract, which spans five years with a minimum annual guarantee of $1,500 and an ordering ceiling of $5,500,000. These services are crucial for ensuring timely transport to and from the Togus VA, VA Community Based Outpatient Clinics in Maine, and other medical centers in Massachusetts and Vermont, with strict adherence to federal, state, and local regulations. Interested contractors should contact Contract Specialist Sterling R Mathews at sterling.mathews@va.gov for further details regarding the proposal submission process and requirements.