Skip to content
Department of Veterans Affairs

9999--West Haven Grounds and Maintenance

Solicitation: 36C24126Q0370
Notice ID: 3f0c03d4ac6b45af8afe1439b50dc4df
TypeCombined Synopsis SolicitationNAICS 561730PSC9999Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateCTPostedMar 31, 2026, 12:00 AM UTCDueApr 07, 2026, 02:00 PM UTCCloses in 4 days

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CT. Response deadline: Apr 07, 2026. Industry: NAICS 561730 • PSC 9999.

Market snapshot

Awarded-market signal for NAICS 561730 (last 12 months), benchmarked to sector 56.

12-month awarded value
$65,633,649
Sector total $1,899,823,360 • Share 3.5%
Live
Median
$329,655
P10–P90
$138,653$710,525
Volatility
Volatile173%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.5%
share
Momentum (last 3 vs prior 3 buckets)
+13%($3,984,034)
Deal sizing
$329,655 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CT
Live POP
Place of performance
Vamc West Haven, 950 Campbell Avenue • West Haven, Connecticut • 06516 United States
State: CT
Contracting office
Togus, ME • 04330 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CT20260017 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Connecticut • New London
Rate
BRICKLAYER
Base $46.09Fringe $36.29
Rate
CARPENTER CARPENTERS, PILEDRIVERS
Base $42.03Fringe $29.19
+80 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 80 more rate previews.
Davis-BaconBest fitstate match
CT20260017 (Rev 1)
Open WD
Published Jan 23, 2026Connecticut • New London
Rate
BRICKLAYER
Base $46.09Fringe $36.29
Rate
CARPENTER CARPENTERS, PILEDRIVERS
Base $42.03Fringe $29.19
Rate
DIVER TENDERS
Base $42.03Fringe $29.19
+79 more occupation rates in this WD
Davis-Baconstate match
CT20260022 (Rev 1)
Open WD
Published Jan 23, 2026Connecticut • Middlesex
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $48.81Fringe $33.65
Rate
BRICKLAYER
Base $45.56Fringe $36.94
Rate
BRICK POINTER/CAULKER/CLEANER
Base $45.56Fringe $36.94
+27 more occupation rates in this WD
Davis-Baconstate match
CT20260026 (Rev 1)
Open WD
Published Jan 23, 2026Connecticut • Windham
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $48.81Fringe $33.65
Rate
BRICKLAYER
Base $45.56Fringe $36.94
Rate
CEMENT MASON/CONCRETE FINISHER
Base $45.56Fringe $36.94
+22 more occupation rates in this WD
Service Contract Actexact WD number
2015-4019 (Rev 32)
Open WD
Published Dec 03, 2025National
01000
Administrative Support And Clerical Occupations 01011 - Accounting Clerk I
Base $19.90Fringe $0.00
01012
Accounting Clerk II
Base $22.34Fringe $0.00
01013
Accounting Clerk III
Base $24.99Fringe $0.00
+350 more occupation rates in this WD

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 1 week paid vacation after 1 year of service with a contractor or successor; 2 weeks after 2 years; and 3 weeks after 10 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).

Point of Contact

Name
Sheena Carlyle
Email
sheena.carlyle@va.gov
Phone
276-591-0374

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
241-NETWORK CONTRACT OFFICE 01 (36C241)
Office
Not available
Contracting Office Address
Togus, ME
04330 USA

More in NAICS 561730

Description

VA Connecticut Healthcare System West Haven Boiler #3 Inspection and Repairs Page 2 of 2 Combined Synopsis Solicitation West Haven VAMC Grounds Maintenance (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24126Q0370 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. (iv) This requirement is being issued as a SDVOSB set-aside. The associated NAICS 561730 and small business size standard is $25.0 million. (v) The Government intends to award a firm-fixed price award for Grounds Maintenance at the West Haven VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to provide Ground Maintenance IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is West Haven and Newington as described per the (Performance Work Statement). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: TBD Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to sheena.carlyle@va.gov. (3) Questions: 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 April 2 2026 by 12:00 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. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 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). If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. 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. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due April 7 2026 by 10:00 AM EST. RFQ responses must be submitted via email to: sheena.carlyle@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is sheena.carlyle@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Base Fire Life Safety Review 1.00 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 3 STATEMENT OF WORK WEST HAVEN GROUNDS MAINTENANCE VA CONNECTICUT HEALTHCARE SYSTEM (VACHS) VA MEDICAL CENTER WEST HAVEN 950 Campbell Avenue West Haven, CT 06516 BACKGROUND VA Connecticut Healthcare System requires annual services for grounds maintenance, snow and ice removal, hauling, and treatment services at the West Haven VA Medical Center. JUSTIFICATION Services are required to support active Medical Center access and operations 24-hour access 7 days a week for veterans and staff. PLACE OF PERFORMANCE The place of performance for this contract is VA Connecticut Healthcare System, West Haven VA Medical Center located at 950 Campbell Avenue; West Haven, CT 06516 PERIOD OF PERFORMANCE Base contract period shall be 05/01/2026 04/30/2027. The contract will also contain provision for four (4) annual option years: Option Year 1: 05/01/2027 04/30/2028 Option Year 2: 05/01/2028 04/30/2029 Option Year 3: 05/01/2029 04/30/2030 Option Year 4: 05/01/2030 04/30/2031 QUALIFICATIONS To be considered eligible for consideration, potential bidders shall have a field service representative located within 200 miles of, and a minimum response time of 2 hours to, the West Haven Campus of the VA Connecticut Healthcare System and have proper equipment, materials, and support to provide services. Bidders shall provide upon request, documentation of certification/training on the specific equipment under the terms of this contract. The Contracting Officer (CO) and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Service Provider s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. Mandatory Pre-Bid Site Visit Interested bidders shall participate in a mandatory pre-bid site visit and walk through at the VA Medical Center West Haven located at 950 Campbell Avenue; West Haven, CT 06516. Bidders shall meet at Building 15 in the Facilities Management Service conference room to complete a sign-in sheet that will be submitted to the VA Contracting Officer. A temporary badge will be required upon arrival to Building 15. A valid Driver s License (any state) is required to obtain a temporary badge. VA Connecticut Healthcare System Facilities Management Maintenance Staff will escort an on campus walk through of all parking lot areas, drives, bays, salt shed storage, snow piling location(s) and any adjacent and/or ancillary spaces. Specific questions shall be directed to the VA Contracting Officer for a response. Description of Services 1. Perform Snow/Ice Removal 1.1 Snow Removal. The Contractor will remove snow from all sidewalks, steps, stairs, stair and ramp landings and entrance ramps as shown in (Appendix A), Snow Removal Map . The Contractor shall clear the sidewalks, steps, stairs, stair and ramp landings and entrance ramps to their full widths of snow accumulation, piles, or drifts. The Contractor will remove snow and ice from around fire hydrants and PIV pipes as indicated on (Appendix B). The Contractor will not use paved areas such as roads and parking lots shown in (Appendix D) for the piling and storage of removed snow. The facility has minimum snow dump area(s) available. The service provider shall pile and stack snow in a safe and efficient manner. Piles shall be stacked to maintain safety and maximum usable parking area. All snow removal zones (Appendix D) covered by this contract are considered as high priority and are expected to be worked on simultaneously. Snow will begin to be removed when accumulation meets one (1) inch and/or within one (1) hour after the snow stops, whichever occurs first. This may require multiple snow/ice removals each day. The Contractor will remove snow from all handicap access points throughout the campus (i.e. near building entrances). These areas must always remain clear of snow and ice. The Contractor will provide roads and parking lot snow removal on the VA West Haven campus, including: Snow Removal Roadways and Drives [Refer to the West Haven Campus Map and Parking Lot Inventory] Clear and remove snow at all roadways on the VA West Haven campus, including Campbell Avenue Entrance, Spring Street Entrance, Lawson Road, Service Road and to include area at Building 1 Loading Dock, Building 2 Loading Dock, Building 2 Main Entrance, Building 5 Main Entrance, Ambulance Bay, Ring Road, and area serving Building 19, Building 16, and Veterans Drive. Parking Lots [Refer to the West Haven Campus Map and Parking Lot Inventory Clear and remove all snow at all parking lots on the VA West Haven campus, including Parking Lot 1, Parking Lot 2, Emergency Room, Parking Lot 4, Parking Lot 5, Parking Lot 6, Parking Lot 7, Parking Lot 8, Parking Lot 10, Parking Lot 14, Parking Lot 15, Parking Lot 16, Fisher House, Parking Lot 18, and Parking Lot 24. Shoveling Clear and remove all snow at all sidewalks, building entrances on the VA West Haven campus, including Ambulance Bay at Building 2, Building 2 Main Entrance, Parking Lot 18, Spring Street, Building 19, Building 21, Building 24, Building 22, Building 5, building 27/34, Building 15, Building 15A, Building 16, Courtyard, Building 35, Building 35A, Building 36, Building 36A, Building 8, Building 8.5, Building 9, Building 39, Building 1 Morgue Loading Dock, Overlook Walkway near Building 1, Building 1 Warehouse Loading Dock, Building 1 PET CT, Steps from Overlook to Fisher House, building 11, Building 11A, Building 12, Building 12A, Building 14A, and Fisher House. West Haven VA Medical Center Parking Lot Inventory Parking Lot Campus Map Regular Spaces Accessible Spaces Parking Lot 1 P1 10 0 Parking Lot 2 P2 19 0 Emergency Room Emergency Care Ambulance Entry Ambulance Entry Parking Lot 4 Parking Garage P4 & Parking Garage 0 8 on street Parking Lot 5 P5 0 30 Parking Lot 6 P6 131 0 Parking Lot 7 P7 10 72 Parking Lot 8 P8 60 0 Parking Lot 10 P9, P10, P11, P12 906 8 Parking Lot 14 P14 19 0 Parking Lot 15 P15 38 0 Parking Lot 16 P16 12 0 Fisher House P17; Gate Operated Parking Lot 18 P18 164 11 Parking Lot 24 Building 24 9 0 Total 1378 129 West Haven VA Medical Center Sidewalk/Walkway and Building Entrance Inventory Description Campus Map/Building Numbers Area (SF) Sidewalk at Glade Street Parking to Spring Street Parking Lot 18 1053 Emergency Room Emergency Care/Ambulance Bay 295 Parking Lot 4 (New Parking Garage Open January 2025) Parking Lot 4 (Parking Garage Not In Contract). 600 Building 2 Main Entrance and Sidewalk to Glade Street and Spring Street Parking Lot 4, Parking Lot 5, Building 2, Parking Lot 3 1195 Sidewalk/Walkways from Ambulance bay to Building 2 Primary Care Entry along Spring Street Building 2, Parking Lot 2 961 Courtyard 25 1400 Sidewalk over Overlook Parking Lot 13 218 Stairs from overlook to Fisher House, and Sidewalks/Walkways at Lower Buildings along Campbell Avenue Building 11, Building 12, Building 11A, Building 12A, Building 14A, Fisher House 1624 Sidewalk along Warehouse Entry to P7 Parking Lot 7, Building 39 1451 Sidewalk/Walkways near Out Buildings 8, 8.5 and 9 Parking Lot 7, Building 8, Building 8.5, Building 9 674 Sidewalk/Walkways near Building 5, Building 27/34, and Building 21 Building 5, Building 34, Building 27, Building 21 480 Walkway/Building Entrance B24 Building 24 53 Sidewalk/Walkways and Building Entrance B22 Building 22 41 Sidewalk/Walkways and Entrances to Building 15A and Building 19 Building 15A, Building 19 466 Sidewalk/Walkways from Building 15 to Building 36 Building 15, Building 35A, Building 35, Building 36 1451 Sidewalk/Walkways at P8 and P9 Parking Lot P8 and Parking Lot P9 674 Total 12,636 SF Snow will be piled in such a manner as to maintain as many parking spaces as possible. At the end of each snowstorm contractor will be responsible for clearing 100% of site parking spaces per Appendix D. Snow can be moved to a limited number of on-site storage areas as directed by the COR or designee. Drive lanes will need to be plowed regardless of parking lot occupancy levels. Ice melt application is part of all snow events. Ice melt application shall be applied at a minimum with each snow/ice melt removal as defined above. Ice and snow melt materials are to be provided by the contractor as part of this contract. 1.2 Ice Removal. The Contractor shall immediately treat and remove ice to provide secure footing on all sidewalks, steps, stairs, stair and ramp landings and entrance ramps (Appendix A) and at the covered in this contract. The contractor will use an approved environmentally friendly ice melt product of Calcium Magnesium Acetate (CMA) such as Inferno or equal. The contractor may not use sand in lieu of approved snow melt. The Contractor will use a salt to treat roads and parking lots or other approved ice control products approved by the COR. A bulk salt storage area will be provided on site for contractor use. 1.3 Personnel Management. Contractor shall provide supervision as needed for full and proper utilization of contractor staff and coordination with the VA COR or Facilities Management Service designee. Contractor is responsible to ensure time billed to the Government adequately and properly accounts for work effort required for each snow/ice event. Provide standard log forms for review and approval by COR prior to the beginning of each option year. Submit daily activity logs and reports documenting each day s activities on campus. 1.4. Service Delivery Summary. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum …

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.