S208--Grounds Maintenance - NWI Omaha / Grand Island
ID: 36C26325Q0599Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 12, 2025, 3:00 PM UTC
Description

The Department of Veterans Affairs is seeking quotes for grounds maintenance services at the Omaha and Grand Island VA Medical Centers, with the solicitation specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will cover a base period from April 15, 2025, to April 14, 2026, with the option for four additional one-year renewals, requiring the contractor to provide all necessary labor, materials, and equipment for maintaining the grounds, including fertilization and landscaping upkeep. This procurement underscores the VA's commitment to maintaining its healthcare facilities while supporting veteran-owned enterprises in public contracts. Interested contractors must submit their quotes by 10:00 AM CST on April 12, 2025, and direct any technical questions to Contract Specialist James Miller at james.miller4@va.gov by April 8, 2025.

Point(s) of Contact
James MillerContract Specialist
319-338-0581 x635987
james.miller4@va.gov
Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
The document outlines Solicitation Number 36C26325Q0599 from the Department of Veterans Affairs for Grounds Maintenance services at the Omaha and Grand Island VA Medical Centers. This procurement is specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and the Small Business Administration Veteran Certification websites. The contract will be awarded as a firm-fixed price for a one-year period from April 15, 2025, to April 14, 2026, with the possibility of four one-year options. Contractors are required to submit quotes by 10:00 AM CST on April 12, 2025, via email to the specified contract specialist, James Miller. Technical questions must also be directed to Miller by April 8, 2025. The document includes references to applicable Federal Acquisition Regulation (FAR) provisions and clauses, emphasizing the importance of compliance by contractors. Overall, this solicitation indicates the VA's efforts to procure grounds maintenance services while prioritizing veteran-owned businesses.
Mar 28, 2025, 7:05 PM UTC
This document outlines the Wage Determination No. 2015-5005 by the U.S. Department of Labor, addressing wage rates and requirements for federal contracts subject to the Service Contract Act (SCA). It details minimum wage rates based on the executive orders applicable to contracts; for those starting after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30. The document specifies applicable areas in Iowa and Nebraska. A comprehensive list of occupations with corresponding wage rates is provided, including fringe benefits such as health and welfare compensation, vacation, and holiday pay. It also outlines contractor responsibilities, including compliance with additional classifications and wage rates, sick leave provisions, and uniform allowances. The conformance process for unlisted classifications is discussed, establishing procedures for contractors to follow if new job categories arise during contract performance. Overall, this document serves as a critical guideline for ensuring equitable wages and benefits for workers involved in federal service contracts, underscoring the government's commitment to fair labor standards and worker protections.
Mar 28, 2025, 7:05 PM UTC
The document outlines Wage Determination No. 2015-5771, released by the U.S. Department of Labor, detailing wage and fringe benefit requirements for service contracts under the Service Contract Act. Effective from 2025, contracts initiated or renewed after January 30, 2022, mandate a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. Nebraska is specified as the contractual region, covering counties like Hall and Hamilton. The document lists various occupational categories, their respective codes, and corresponding wage rates for hundreds of jobs relevant to government contracts, from administrative roles to maintenance workers. Furthermore, it provides details about additional benefits, including health and welfare compensation and paid vacation policies, as well as compliance obligations regarding sick leave under Executive Order 13706. The summary emphasizes the importance of adhering to the prescribed wages and fringe benefits to ensure fair compensation for workers engaged in federal contracts, alongside adherence to specific regulatory requirements designed to protect employee rights.
Mar 28, 2025, 7:05 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for grounds maintenance services at the Nebraska-Western Iowa Health Care System. The contract period is for one base year from April 15, 2025, to April 14, 2026, with four optional renewal years. The contractor is responsible for providing all necessary labor, materials, and equipment to ensure the upkeep of grounds, including fertilization, pesticide application, and maintenance of landscaped areas across two facilities—Omaha and Grand Island. A comprehensive set of performance criteria and regulatory compliance requirements, including specific wage determinations, is detailed. The document emphasizes the importance of adherence to proposed schedules and quality standards. Additionally, it outlines the payment and invoicing process, required certifications, and stipulations regarding the handling of government records. The aim is to establish clear guidelines for contractors to facilitate compliance and maintain a professional appearance for VA properties while fostering opportunities for small businesses, including those owned by veterans. This RFP reflects the government's commitment to maintaining healthcare facilities and supporting veteran-owned enterprises in public contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Complete Grounds Maintenance at Marietta National Cemetery - SED-859 -- S208
Buyer not available
The Department of Veterans Affairs is seeking proposals for a Complete Grounds Maintenance contract at Marietta National Cemetery in Georgia. This procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a base year starting June 1, 2025, and four optional one-year extensions, focusing on maintaining the cemetery grounds to honor veterans with dignity and respect. The selected contractor will be responsible for various maintenance tasks, including turf care, tree and shrub maintenance, and debris removal, ensuring compliance with National Cemetery Administration standards. Proposals are due by April 28, 2025, at 2:00 PM EST, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must contact Contracting Officer Larry Curtis at larry.curtis@va.gov for further details.
Landscaping Materials - Fort Sam Houston Nat'l Cem -- 5610
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified vendors to supply bulk landscaping materials for the Fort Sam Houston National Cemetery in San Antonio, Texas. The procurement involves a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period and four one-year options, aimed at fulfilling the cemetery's landscaping needs with materials such as screened topsoil, hardwood mulch, and various types of rocks and sand. This contract is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reflecting the government's commitment to support veteran-owned enterprises. Interested parties must submit their quotes electronically by May 1, 2025, and direct any questions to David Boyd at david.boyd7@va.gov by April 23, 2025, with the total contract value estimated between $5,000 and $2,000,000 over the contract duration.
Complete Grounds Maintenance at Georgia National Cemetery - SED-922 -- S208
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for complete grounds maintenance services at the Georgia National Cemetery. The contract encompasses a base year plus four optional years, requiring contractors to maintain 111 acres of turf, including tasks such as turf management, headstone care, debris removal, and irrigation system maintenance, all while adhering to National Cemetery Administration standards. This initiative is crucial for preserving the cemetery's integrity and ensuring a dignified environment for the veterans interred there. Interested contractors must submit their proposals by April 28, 2025, and can direct inquiries to Contracting Officer Larry Curtis at larry.curtis@va.gov.
Complete Grounds Maintenance at Beaufort National Cemetery - SED-831 -- S208
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide complete grounds maintenance services at Beaufort National Cemetery in South Carolina. The procurement involves a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which includes a base year and four optional renewal years, focusing on maintaining the cemetery's appearance and integrity as a national shrine for veterans. The services required encompass the management of 41.2 irrigated turf acres, including turf maintenance, headstone care, irrigation system management, and debris removal, all adhering to the National Cemetery Administration's standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals, including technical documentation and past performance information, by May 2, 2025, with mandatory site visits scheduled for April 18, 2025. For further inquiries, contractors can contact Janice Brooks at Janice.Brooks@va.gov or Larry Curtis at larry.curtis@va.gov.
Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the Emergency Electrical System Upgrades project (Project Number: 636-25-307) at the Omaha Veterans Affairs Medical Center in Nebraska. This project aims to address electrical deficiencies by replacing and installing critical electrical components, ensuring enhanced power reliability for essential medical operations. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a value between $500,000 and $1,000,000, with proposals due by April 22, 2025. Interested contractors should contact Contract Specialist Tommy Opal at Tommy.Opal@va.gov for further details and must comply with all outlined requirements, including a mandatory site visit scheduled for March 26, 2025.
W041--Chiller Rental (VA-25-00047790)
Buyer not available
The Department of Veterans Affairs is soliciting quotes for Chiller Rental Services for the Nebraska Western Iowa Health Care System, as outlined in solicitation number 36C26325Q0520. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary materials, labor, and transportation for cooling requirements, with an estimated contract value of approximately $19 million. The anticipated contract period spans from May 15, 2025, to September 30, 2026, emphasizing the importance of compliance with safety standards and operational requirements typical of government contracts. Interested contractors must submit their quotes electronically by 5:00 PM CST on May 2, 2025, and direct any technical inquiries to Contract Specialist Erica Miller at erica.miller5@va.gov by April 28, 2025.
Durable Medical Equipment – VISN 15
Buyer not available
The Department of Veterans Affairs is soliciting competitive quotes for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Durable Medical Equipment (DME) services to support Veterans Integrated Service Network (VISN) 15. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide delivery, installation, patient training, maintenance, and repair of government-owned or purchased DME for eligible veteran patients across multiple locations in Kansas and surrounding states. This procurement is crucial for ensuring high-quality healthcare service delivery to veterans, with an estimated contract value of up to $10 million and a minimum guarantee of $10,000. Interested parties must register at www.sam.gov and submit technical questions to the primary contact, Matt Curl, at matthew.curl@va.gov by May 1, 2025, with the ordering period set to commence on October 1, 2025.
PRESOLICITATION NOTICE: Roseburg National Cemetery Grounds Maintenance Services -- S208
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Roseburg National Cemetery in Oregon. The procurement aims to ensure the cemetery's landscaping and groundskeeping are maintained to a high standard, reflecting the respect and honor due to veterans. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Ralph Crum at ralph.crum@va.gov for further details, with the contract details and timeline to be announced in the forthcoming solicitation.
Grounds and Headstone Maintenance for Florida National Cemetery -- S208
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Grounds and Headstone Maintenance contract at the Florida National Cemetery in Bushnell, Florida. The procurement involves a firm-fixed-price contract for maintenance services, including weekly trimming and edging of headstones, cleaning, and pressure washing of columbaria, with a base year starting July 1, 2025, and four optional renewal years. This contract is crucial for maintaining the dignity and appearance of the cemetery, honoring the memory of veterans interred there. Interested parties must submit their quotes by April 28, 2025, at 1 PM EST, and can direct inquiries to Contracting Officer Marshand Boone at marshand.boone@va.gov.
Combined Synopsis/Solicitation 36C78625Q50180 Acadia National Cemetery -- S208
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide comprehensive grounds maintenance services at Acadia National Cemetery in Jonesboro, Maine, under solicitation number 36C78625Q50180. The contractor will be responsible for a range of services including mowing, trimming, leaf removal, trash collection, snow and ice removal, and maintaining the cemetery's aesthetic to honor its status as a national shrine. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of maintaining dignity and respect for burial sites. Quotes are due by May 2, 2025, with the contract expected to commence on June 1, 2025, for a base year, followed by four one-year options. Interested parties should contact Antionette Collins at antionette.collins@va.gov for further information.