Page 14 of 14 THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS Â The Department of Veterans Affairs is conducting a sources sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. After review of the responses to this source sought synopsis, a solicitation announcement may be published on the website@sam.gov/content/opportunities. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of providing the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Responses to this source sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this source sought announcement. The NAICS code is: 561730 (Size Standard: $9.5M) The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing Lawn Care Service for the Charlie Norwood VA Medical Center Uptown and Downtown Facilities with a new requirement for a Base year, plus a (4) four-year option period. SCOPE OF WORK: Contractor shall provide all material, labor, Equipment, and supplies required to provide lawn service to the entire UD (Uptown Division) (including all court yards) and DD ( Downtown Divisions) to include fisher house and Solar Panel Array area and adjacent surrounding areas totaling approximately 130 acres: Cut grass weekly March through September and Bi-weekly October through February Edge walkways, driveways and bed lines with a steel blade edger Weed eat all areas weekly Blow curb areas weekly Beds, Curbs, and Parking lots are to be kept weed free on a weekly basis. Prune shrubbery as needed to maintain a uniform shape minimum 2 times a year entire facilities (fisher house, uptown and downtown) Pick up trash in parking lots, common areas, grass areas before mowing Leaf removal from property in fall/winter seasons Remove dead diseased and fallen trees and grind stumps Trim all trees in parking lots and adjacent surrounding areas to a minimum of 15 ft. from ground Weed and trim shrubs, install weed barriers and mulch in all interior and exterior courtyards, along with all exterior parking lots and common area beds. Remove all the shrubbery and trees from parking lot islands, stumps to be ground down, work required to be done after normal business hours or on the weekends Sweeper trucks be used Bi-weekly in all parking lots to include parking deck at both the Uptown and Downtown Facilities. Work to be accomplished after normal work hours or on weekends. All debris created by maintenance contracts will be removed from property in a timely manner Contractor Qualifications: 1. Contractor shall provide proof of state business licenses & bonded 2. Business License Management 1. Contractor shall include proof of appropriate staffing and equipment to manage more than 100 acres. 2. Offerors shall submit a list of personnel regularly employed performing this type of service including years of experience. Past Performance 1. Contractor shall provide documentation of maintenance of large land masses in 100 acres or more. 2. Offerors shall submit at least three references and three successful contracts demonstrating previous experience in landscaping. MARKET RESEARCH QUESTIONNAIRE Response to Questionnaire is required from all interested parties. Company Name, Address & Telephone#___________________________________________ Email Address for designated POC ____________________________________________ DUNS#____________________________________________ GSA or NAC Contract # (if applicable) ____________________________________________ Indicate your business size & socio-economic status under NAICS code 561730: [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Certified HUBZone [ ] yes [ ] no Certified Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Certified Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) [ ] yes [ ] no Registered with the System for Award Management (SAM) @ https://www.sam.gov [ ] yes [ ] no Registered in VetCert Registry @ https://veterans.certify.sba.gov/ RISK: Address any potential risk to the Government to include technical; cost, schedule and performance that may have a direct impact on the acquisition of this service. A SOLICITATION HAS NOT BEEN ISSUED. After review of responses, a solicitation may be published at a later date. Responses to this Market Research Questionnaire will not be considered as submission of an offer for future solicitation announcements. All interested parties must respond to future solicitation announcements separately or in addition to this Market Research Questionnaire. Contract award resulting from any future solicitation can only be made to a contractor who is registered in SAM. This notice is to assist the VA in determining sources only. SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses are due no later than 7AM EST, Wednesday, October 29, 2025, and shall be electronically submitted to Gail Bargaineer@gail.bargaineer2@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. 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. In accordance with FAR 15.201(e), 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.