Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2025 SAM #8489
SOURCES SOUGHT

S -- Sources Sought Notice Wilmington VAMC Grounds Maintenance

Notice Date
2/21/2025 8:14:10 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0382
 
Response Due
3/3/2025 7:00:00 AM
 
Archive Date
03/13/2025
 
Point of Contact
jacquelyn.mazurek@va.gov, Jacquelyn Mazurek, Phone: (412) 822-3756
 
E-Mail Address
jacquelyn.mazurek@va.gov
(jacquelyn.mazurek@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs, Wilmington VAMC, has a requirement for services to ensure ground preparation, maintenance, and preventative care to the Wilmington VA Medical Center located at 1601 Kirkwood Highway, Wilmington, DE 19805 properties, this encompasses areas within the property line including creek bed, the CLC tranquility garden and the courtyard adjacent to the Emergency Department. Potential Sources shall respond with their ability to provide these services as described below. DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to ensure that grounds maintenance is performed in a manner that will maintain healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance. Services are described as: Maintain Improved Grounds: this includes, but is not limited to, mowing improved grounds so that grass is maintained within proper height for its area. Edging sidewalks, driveway, curbs, and other concrete or asphalt edges. Grass and weeds trimmed in all areas of the site. Sod is healthy and looks well maintained. Identifying pests and performing pest control. Performing cleaning of stormwater inlets and biofiltration devices. Maintain Trees, Shrubs, Broadleaf Evergreens, Hedges, and Perennial Flowers, Trees: ensure bedding trees, plants, hedges, flowers, flourish and do not need to be replaced. They have adequate drainage and mulch. They do not show any sign of disease or pests and appear healthy. They are pruned properly and in a timely manner. They are trimmed properly. They are trimmed properly. Bedding is mulched and free of weeds, grass, and debris. Fertilizer and soil amendments are applied. Soil is aerated to maintain grounds in a healthy state. Police Grounds of Trash and Litter: this includes, but is not limited to, the removal and disposal of all natural debris and man-made debris. The North American Industry Classification System (NAICS) code being considered for this procurement is 561210, Facilities Support Services, and the Product Service Code (PSC) is S208 Housekeeping Landscaping/Groundskeeping. The Small Business Size Standard is $47 million. Responses to this notice should include the following: 1. Company name 2. Data Universal Numbering System (DUNS) number 3. Company s address, 4. Point of Contact information (i.e. title, phone number and email address) 5. Company s capability to meet this requirement and any pertinent information which demonstrates the company s ability to meet the above requirements. 6. GSA Federal Supply Schedule contract number, if within scope of this effort (if applicable). 7. Company s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be verified in www.VetBiz.gov. Response should provide enough information to determine if the vendor can comply with the limitations on subcontracting as defined in VAAR 852.219-74 and all applicable CFR references where applicable. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to jacquelyn.mazurek@va.gov no later than, 10 AM Eastern Standard Time (EST) March 3, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, Jacquelyn Mazurek. All firms responding to this Request for Information are advised that their response is not a request for quotation, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist, Jacquelyn Mazurek at Jacquelyn.mazurek@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9501c6877c7047ddb4ccebe79a4aa299/view)
 
Place of Performance
Address: Wilmington VA Medical Center 1601 Kirkwood Highway Wilmington, DE 19805
 
Record
SN07350372-F 20250223/250221230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.