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 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.

    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 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.
    Lifecycle
    Title
    Type
    F014--Tree Removal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Willamette National Cemetery Grounds Maintenance Services
    Buyer not available
    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 comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    Plant and Holiday Decor Services
    Buyer not available
    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.
    W099--S02 36C24126Q0125 Combined Synopsis: Intent to Compete SB Set-Aside/RFQ
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for snow removal and loader equipment rental services for the Togus VAMC campus in Maine, under solicitation number 36C24126Q0125. The procurement includes the rental of two XCMG XC948U loaders or equivalents, two 14-foot Sno Bandit JRB snow pushers, and one Rockland XC948U high-capacity bucket, along with comprehensive support services such as 24/7 helpdesk, preventative maintenance, and emergency repair. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of these services for maintaining operational efficiency during winter months. Quotes are due by December 15, 2025, at 4:30 PM EDT, and must be submitted via email to Carlos Ortiz at carlos.ortiz3@va.gov, with the award based on the lowest price from a verifiable small business that meets all requirements.
    Annapolis and Loudon Park National Cemeteries are in need of Grounds maintenance.
    Buyer not available
    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.
    36C78626Q50011 Great Lakes Turf Maintenance
    Buyer not available
    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.
    J065---Fence Repair Storm Damage-Uptown CNVAMC
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking qualified vendors for a fence repair and installation project at the Charlie Norwood VA Medical Center in Augusta, Georgia. The procurement involves the removal of existing fencing and the installation of new security fencing, including approximately 1,374 linear feet of 6-foot chain link fence, 40 linear feet of aluminum ornamental fence, and 170 linear feet of wrought iron fence, along with new cantilever pipe gates. This project is critical for enhancing the medical center's perimeter security and ensuring safety for visitors and employees. Interested vendors must be verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and submit their quotes by December 12, 2025, at 12 PM EST, to Jessica Cummings at Jessica.Cummings3@va.gov.
    Regulated Medical Waste Disposal for Roseburg VAHCS
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste disposal services for the Roseburg VA Health Care System and its associated clinics in Oregon. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a firm fixed price contract with a base year and four option years, running from January 2026 to December 2031. The services required encompass weekly and bi-weekly pickups of various medical wastes, which must be incinerated for energy recovery, while ensuring compliance with all relevant regulations and maintaining security and HIPAA standards. Interested parties should contact Brian Millington at brian.millington@va.gov for further details regarding the solicitation.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Buyer not available
    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.