Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2025 SAM #8768
SOLICITATION NOTICE

S -- Snow Removal and Salt Application Bedford VA Medical Center: Crescent House

Notice Date
11/26/2025 9:48:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0113
 
Response Due
12/8/2025 1:00:00 PM
 
Archive Date
12/23/2025
 
Point of Contact
Carissa Sarazin, Contract Specialist, Phone: 401-273-7100
 
E-Mail Address
carissa.sarazin@va.gov
(carissa.sarazin@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is set-aside for SDVOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730, with a small business size standard of $9.5 million. The FSC/PSC is S218. The Bedford VA Medical center is seeking to purchase services to Remove Snow and apply salt at the VA Bedford Crescent House located at 15 Veterans Way in Lowell, MA. 01852 PERFORMANCE WORK STATEMENT SNOW REMOVAL AND SALTING OPERATIONS VA Bedford HCS Crescent House 15 Veterans Way Lowell, MA. 01852 GENERAL The Contractor shall supply all tools, labor, materials and any specialized equipment to perform the following work to ensure the safety of patients and employees at the Crescent House, Lowell MA. Contractor shall provide documentation to demonstrate manpower, equipment and material used for each storm. SCOPE: 1. Perform all plowing, salting, and off-site snow removal for the parking lot and lot access. Operations will be performed, when required, 24 hours a day, seven days a week, including federal holidays. 2. Perform Annual maintenance to include 1. On-site Snow and Ice Removal Shoveling and salting of walkways and steps will be performed by on-site Crescent House VA staff. The Contractor shall be responsible for keeping the lot and lot access open during the storm, and final clean-up will commence when storm has ended. The contractor shall provide salt applications as requested by the Site Manager. (Straight Salt): Single Application: A designated spot for the piling of snow on-site will be pre-established with the Site Manager. Relocation of tenants and staff vehicles will be coordinated with the Site Manager. A signed site service slip shall be provided to the Site Manager for each snow and salting operation (per storm). The service slip will be signed by the Site Manager or their designee. Signatures will be requested during normal business hours, which are 8am-6pm, Monday thru Friday, except federal holidays. The service slip and Snowfall Total report shall be provided to the Facility Site Manager along with a cost for each storm based on the established rates in the awarded contract. The service slip/snowfall total report shall indicate the date, time, outside temperature, inches of snow, ice conditions, start and stop times. Repeat operations for the same storm shall be indicated in the report. Snow operations shall be priced per storm based on actual accumulation and supported by a certified Snowfall Total report by a third party such as weatherworksinc.com., or equivalent provider. Deicing operations (straight salt) shall be performed with equipment that has the capability of salting the paring area in one pass. Additional Salting will be done on an as needed basis and approved by the Site Manager. For trouble calls and emergency service, the Contractor shall respond within one (1) hour after receiving notification from the Site Manager. Truck, motor vehicle and equipment operators shall possess a valid license to operate. Provide a copy and proof of training to the Facility Site Manager. All trucks and motor vehicles shall possess a valid state registration and insurance for the intended use. All equipment shall have operable snow removal lights, daytime and nighttime running lights. Lights shall be used whenever equipment is in operation. Contractor personnel shall wear appropriate personal protective equipment while performing contract work (Eye protection, coats, hats, gloves, high visibility vests, etc.) Prior to submitting invoice, Contractor shall provide all required written documentation to include licenses, safety inspections, insurance, registration and equipment logs. All tickets shall identify equipment, operator, location and time, start and stop times. Contractor shall certify that written documentation has been reviewed for accuracy. 2. Off-site Snow Removal: Shall be coordinated with the Site Manager and treat surfaces once snow/ice has been removed. The Contractor shall have the ability to load, haul and dump snow at approved site location. A separate Quote will be requested if this additional service is needed. 4. General Requirements a. The Site Manager and VA Bedford Grounds Supervisor shall be responsible for monitoring contract compliance. Monitoring mechanisms shall include written documentation, reports and locations of all complaints regarding surfaces, verification of quantities of rock salt, log of equipment that is on-site and full name of operator, registration, model and size of equipment and trucks and verification that the contractor has completed and provided all written documentation. b. VA grounds and buildings are smoke- and vape-free. Smoking and vaping is prohibited on-site. c. Dispose of waste and debris in accordance with NFPA 241. d. Means of Egress: Do not block exits for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate operations with Site Manager. e. Contractors shall have their own spill clean-up kits for fuel, oil or solvent spills. Report all spills immediately to the Site Manager. The purchase order/contract period of performance is Base Plus 4 option years. Place of Performance/Place of Delivery Address: VA Bedford Crescent House 15 Veterans Way Lowell, MA Postal Code: 01852 Country: UNITED STATES The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] As prescribed in 852.102(a), insert the following provision: Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of provision) 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: (iii) The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: (End of clause) Parent topic:� Subpart 852.2 - Text of Provisions and Clauses 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far. The following contract clauses apply to this acquisition: 52.204-7 System for Award Management Registration (DEVIATION NOV 2025). 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (DEVIATION NOV 2025). 52.219-14 Limitations on Subcontracting (OCT 2022). 52.233-3 Protest after Award (DEVIATION NOV 2025). 52.233-4 Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025). 52.244-6 Subcontracts for Commercial Products and Commercial Services. (DEVIATION NOV 2025). 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (OCT 2025). The following subparagraphs of FAR 52.212-5 are applicable: 52.204-14 Service Contract Reporting Requirements (Oct 2016). 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024). 52.222-3 Convict Labor (June 2003). 52.222-21 Prohibition of Segregated Facilities (APR 2015). 52.222-26 Equal Opportunity (SEPT 2016). 52.222-35 Equal Opportunity for Veterans (JUN 2020). 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020). 52.222-37 Employment Reports on Veterans (Jun 2020). 52.222-50 Combating Trafficking in Persons (Oct 2025). 52.222-54 Employment Eligibility Verification (Jan 2025). 52.225-1 Buy American-Supplies (Oct 2022). 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021). 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct2018). 52.242-5 Payments to Small Business Subcontractors (Jan 2017). 52.222-41 Service Contract Labor Standards (Aug 2018). 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014). 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014). 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022). 52.203-13 Contractor Code of Business Ethics and Conduct (Nov 2021). 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023). 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021). 52.219-8 Utilization of Small Business Concerns (Jan 2025). SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. All quoters shall submit the following: Attachment 1- Price Schedule Attachment 2 - Past Performance Worksheet All quotes shall be sent to the Contract Specialist, Carissa Sarazin Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.� Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.� Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Site Visit: 03 December 1pm at the VA Bedford HCS Crescent House located at 15 Veterans Way Lowell, MA 01852. Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 04-December- 2025 by 4:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. Submission of your response shall be received not later than 8 December 2025 by 4:00 pm. RFQ responses must be submitted via email to: carissa.sarazin@va.gov. Hand deliveries shall not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Carissa Sarazin Carissa.sarazin@va.gov ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Only Salt Application 15.00 JB __________________ __________________ 0002 1 -3 Snow removal 10.00 JB __________________ __________________ 0003 3+ -6 Snow Removal 6.00 JB __________________ __________________ 0004 6+ -9 Snow Removal 4.00 JB __________________ __________________ 0005 9+ -12 Snow Removal 4.00 JB __________________ __________________ 0006 Each additional 1 of snow above 12 2.00 JB __________________ __________________ 1001 Only Salt Application 15.00 JB __________________ __________________ 1002 1 -3 Snow removal 10.00 JB __________________ __________________ 1003 3+ -6 Snow Removal 6.00 JB __________________ __________________ 1004 6+ -9 Snow Removal 4.00 JB __________________ __________________ 1005 9+ -12 Snow Removal 4.00 JB __________________ __________________ 1006 Each additional 1 of snow above 12 2.00 JB __________________ __________________ 2001 Only Salt Application 15.00 JB __________________ __________________ 2002 1 -3 Snow removal 10.00 JB __________________ __________________ 2003 3+ -6 Snow Removal 6.00 JB __________________ __________________ 2004 6+ -9 Snow Removal 4.00 JB __________________ __________________ 2005 9+ -12 Snow Removal 4.00 JB __________________ __________________ 2006 Each additional 1 of snow above 12 2.00 JB __________________ __________________ 3001 Only Salt Application 15.00 JB __________________ __________________ 3002 1 -3 Snow removal 10.00 JB __________________ __________________ 3003 3+ -6 Snow Removal 6.00 JB __________________ __________________ 3004 6+ -9 Snow Removal 4.00 JB __________________ __________________ 1005 9+ -12 Snow Removal 4.00 JB __________________ __________________ 3006 Each additional 1 of snow above 12 2.00 JB __________________ __________________ 4001 Only Salt Application 15.00 JB __________________ __________________ 4002 1 -3 Snow removal 10.00 JB __________________ __________________ 4003 3+ -6 Snow Removal 6.00 JB __________________ __________________ 4004 6+ -9 Snow Removal 4.00 JB __________________ __________________ 4005 9+ -12 Snow Removal 4.00 JB __________________ __________________ 4006 Each additional 1 of snow above 12 2.00 JB __________________ __________________ GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors:
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8a8c7158c21e42998a84c32aad96416c/view)
 
Place of Performance
Address: VA Bedford HCS Crescent House 15 Veterans Way Lowell, MA 01852
 
Record
SN07652570-F 20251128/251126230037 (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.