This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this-- sources sought announcement must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below in italics, (j) Price estimate, (k) reference(s) that includes samples of prior work, phone number, address of installation and point of contact. The Loma Linda VA Healthcare System (LLVAHCS) located at 11201 Benton St. Loma Linda, CA 92357 is seeking a potential qualified contractor that can provide: Preventive Maintenance for drip irrigation system and potted plants. Important information: The Government is not obligated to/nor will it pay for or reimburse any costs associated with responding to this sources-sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561730. Notice to Potential Offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be certified by the Small Business Administration; Veteran Small Business Certification, (VetCert) https://veterans.certify.sba.gov/. All interested Offerors should submit information by e-mail to: catherine.fernandezpedernera@va.gov All interested Offerors should submit information by e-mail: catherine.fernandezpedernera@va.gov . All information submissions to be marked Attn: Catherine Fernandez, Contract Specialist and should be received no later than 15:00 pm PST on April 4, 2025. Information needed: 1. Please provide a price estimate based on the draft Statement of Work. Please note that the price estimate requested is not a quote, does not obligate the Government to award a contract and it will only be used for market research to make appropriate acquisition decisions. PRICE ESTIMATE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT AMOUNT 0001 1.00 YR __________________ Plants and drip irrigation system maintenance in accordance with the Statemen of Work. Contract Period: Base POP Begin: 06-01-2025 POP End: 05-31-2026 PRINCIPAL NAICS CODE: 561730 - Landscaping Services PRODUCT/SERVICE CODE: S217 - Housekeeping - Interior Plantscaping 1001 1.00 YR __________________ Plants and drip irrigation system maintenance in accordance with the Statemen of Work. Contract Period: Option 1 POP Begin: 06-01-2026 POP End: 05-31-2027 PRINCIPAL NAICS CODE: 561730 - Landscaping Services PRODUCT/SERVICE CODE: S217 - Housekeeping - Interior Plantscaping 2001 1.00 YR __________________ Plants and drip irrigation system maintenance in accordance with the Statemen of Work.. Contract Period: Option 2 POP Begin: 06-01-2027 POP End: 05-31-2028 PRINCIPAL NAICS CODE: 561730 - Landscaping Services PRODUCT/SERVICE CODE: S217 - Housekeeping - Interior Plantscaping 3001 1.00 YR __________________ Plants and drip irrigation system maintenance in accordance with the Statemen of Work. Contract Period: Option 3 POP Begin: 06-01-2028 POP End: 05-31-2029 PRINCIPAL NAICS CODE: 561730 - Landscaping Services PRODUCT/SERVICE CODE: S217 - Housekeeping - Interior Plantscaping 4001 1.00 YR __________________ Plants and drip irrigation system maintenance in accordance with the Statemen of Work. Contract Period: Option 4 POP Begin: 06-01-2029 POP End: 05-31-2030 PRINCIPAL NAICS CODE: 561730 - Landscaping Services PRODUCT/SERVICE CODE: S217 - Housekeeping - Interior Plantscaping GRAND TOTAL __________________ 2. Relevant experience in commercial accounts in similar size and scope providing references of hose accounts. Experience must include drip irrigation system installation(s) and maintenance. Offeror must provide reference(s) that includes samples of prior work, phone number, address of installation and point of contact. *******DRAFT*******DRAFT******DRAFT*******DRAFT******* STATEMENT OF WORK The Loma Linda Veterans Health Administration (also referred to as LLVHA or the Government) has a requirement for recurring maintenance services, and replacement as needed, for the existing drip irrigation system for the green wall (picture located at 6.6.) and (23) interior and exterior potted plants at the Main Facility located at 11201 Benton Steet, Loma Linda, CA 92357. All plants and soil containers SHALL be maintained, pest-controlled, and/or replaced by the contract as required for a healthy and pest-free plants and environment. All existing plant locations are subject to change due to construction, renovations, or occupancy type. All material maintained and/or replaced SHALL remain property of LLVHA. Period of Performance and Place of performance: The rendering of services will take place at the Main Facility building location at 11201 Benton Street, Loma Linda CA 92357. Contract Period of Performance to be for (1) base year with (4) additional option years to be exercised by the Government if the requirement remains valid and the Vendor s performance is satisfactory or higher. Contract Period of Performance start date is on June 1st, 2025. Contract Requirements/Required Services: Plants maintenance and replacement (replacement when needed) are to be coordinated with the Point of Contact (POC) or to avoid interrupting patient or visitor services. Plant maintenance and replacement (replacement when needed) will be for the following location only: Main Facility at 11201 Benton Street, Loma Linda CA 92357. Vendor needs to coordinate maintenance schedule with Contracting Officer Representative (COR) or Point of Contact (POC) and access to facility both during and/or after normal business hours. Facility normal business hours are Monday through Friday 8:00am 4:00pm. In accordance with 5 U.S.C. 63, Executive Order 11582 and Public Law 94-97 the following National holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays : New Year s Day: January 1 Martin Luther King s Birthday: Third Monday in January President s Day: Third Monday in February Memorial Day: Last Monday in May Juneteenth Independence Day: June 19 Independence Day: July 4 Labor Day: First Monday in September Columbus Day: Second Monday in October Veterans Day: November 11 Thanksgiving Day: Fourth Thursday in November Christmas Day: December 25 If a holiday falls on Sunday, the following Monday shall be observed as the legal holiday. When a holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday by U.S. Government agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Maintenance services to include the following Items and frequencies listed schedule: Green wall maintenance Category Frequency   A Weekly     Green wall Pruning, lower level, with small ladder. Hand pruning and cleaning    Changing the fly trap stickers both on wall and light plug All other Plant maintenance   All Plants watering and maintenance  B Once in two weeks     Pruning at the upper-level plants    Checking the irrigation    Watering thoroughly    Draining water from tank  C Monthly     Vector/pest control    Keep a log for vector control date and time    Clean up  D Quarterly  All other Plant maintenance   Fertilizer application    Moss addition and check water level  E Plant replacement     Replacement cost for 8 to 10 plants per month      F Materials     Glue traps / sticky traps    Pest control    Plants When required, the vendor needs to prepare replacement plants and soil containers offsite since there is no laydown yard or external space for the Vendor s/Offeror s/Bidder s equipment, transportation, and materials. Vendor can park in loading zones temporarily to unload. 4. Vendor Requirements: 4.1. Vendor must have access/use proper acclimation/ conditions commercial greenhouse or shade-house. 4.2. Vendor will not use warehouse facilities for plant storage. 4.3. Vendor must carry general liability insurance policy to cover potential property damage or bodily injuries that result from their service operations at the Main Facility building at the VA Loma Linda. 4.4. Vendor must have knowledge of the pest control issues and be able to present issues to the Point of Contact for onsite pest control services to address. 4.5. Vendor must always wear a company uniform when on Veterans Affairs property. Uniform to be professional in appearance which is free from wear and tear. 4.6. Vendor vehicles must park in designated areas only. Loading zones for loading and unloading only. Large commercial vehicles can park in warehouse loading dock area on east entrance of Main Facility. 4.7. Vendor must follow all Veterans Affairs background check requirements as necessary. 4.8. Vendors must adhere to all Veterans Affairs rules and regulations including being smoke free. 4.9. Vendors to limit interaction with patients, visitors, and employees, and always refer to COR or POC for instructions on matters concerning this contract. 4.10. Vendors are recured to always respect patient privacy, facility safety, and infection control practices. 4.11. Vendors are never to interfere with or disrupt medical center operations. 4.12. Vendors must have relevant experience in commercial accounts in similar size and scope providing references of those accounts. Experience must include drip irrigation installation(s) and maintenance. Offeror must provide reference that includes samples of prior work, phone number, address of installation and point of contact. 4.13. Vendors must be able to respond to urgent service needs within 72 hours. 4.14. Any damage of plants and/or containers is the Vendor s liability and must be replaced within five business days. 4.15. All plant containers shall be pre-approved by the POC or COR via submittal prior to location placement. 4.16. Vendor must have a valid Landscaping License from the state of California. 4.17. Vendor must have a past performance rating as satisfactory or higher in previous similar contracts(s). 5. Scope of Services: 5.1. Recurring maintenance and watering of plants (see above schedule for frequency). 5.2. Hand watering when needed for proper growth of plants. 5.3. Pruning of brown, wilted, and dead leaves when required. 5.4. Removal and disposal off-site of plants and containers as needed. 5.5. Dusting of plant materials weekly. 5.6. Detailed cleaning of containers on a weekly basis. 5.7. Fertilization four (4) times per year with an all-purpose liquid 20-20-20 fertilizer. 5.8. Insect and disease control needed to be identified weekly and directed to Point of Contact. 5.9. Every 2 years, Vendor to perform soil change, rearrangement of plants on the wall to show patterns. Vendor needs to check and change (if needed) the drip emitters and drip tubing (thin black tubing called spaghetti tubing). 5.10. Gradual replacement of potting soil for the plants as water leaches them every time. 5.11. Patching the open end of the container bag holding the soil with weed cloth, to prevent soil drop between waterings. 5.12. Camouflaging of grow pots with moss to present a neat, decorative appearance at all times. 5.13. Water must be sourced locally. 5.14. Transportation of water throughout the buildings must be in enclosed fiberglass pressurized water tanks. 5.15. No buckets and / or hoses are permitted inside any building for watering interior plants. 5.16. All plants must meet California standards for indoor air quality and exposure. 5.17. All plant sizes installed as stated below in Section 6.1. 5.18. All plant replacements are at the expense of the Vendor and to take place when the plants decline no more than 30% of their foliage from the time of install. 5.19. Vendor assumes all liability during installation and maintenance of plants to not harm or damage the surrounding physical environment. 6. Location of Plants and Containers: 6.1. Location of plants is detailed by item in map attachment. See below for list of plants and containers by location. Location # Size in inches Planter location Color Qty      1 36LX14Wx36H First Floor - Beneficiary 1 Travel wall Matt White 4      2 48x16.5x36 First Floor - Beneficiary Travel wall Matte White 2 11 48x16.5x36 Second Floor - EXTERIOR Library Patio: Matte White 2      3 9.5x12 First Floor - Main lobby POTUS wall Matte White 2 4 9.5x12 First Floor - Main lobby hallway left of POTUS Matte White 1 5 9.5x12 First Floor - Starbucks area tables Matte White 3 9 9.5x12 First Floor - Entrance tables Matte White 2      6 15X17.8 First Floor - Lobby Pillar Matte White 1 7 15x17.8 First Floor - Near condiments window by chair Matte White 1      8 11x13 First Floor - Lobby couch ends Matte White 2 10 11x13 First Floor - Main lobby elevator by trash can Matte White 1      12 11x13 First Floor - EXTERIOR right corner of entrance Gunmetal 1 13 11x13 First Floor - Vestibule Gunmetal 1      14 276"W x 120"H First Floor - Beneficiary Travel GREEN WALL plants  1 (560 pots) 6.2. Plants names and location: 6.3. Please note that while most plants including the drip irrigation system for the green wall is located in the main lobby on the first floor, some plants are located in the library courtyard or cafeteria courtyard on the 2nd floor. 6.4. Plant Location by Line Item: 6.5. Existing drip irrigation system for the green wall (indicated as #14 and #15 on plant diagram located above) is 276 W x 120 H and consist of 560 individual plants in soil containers as shown in the pictures below (6.6). 6.6. Green wall pictures: 6.7. Other potted plans pictures: