VA awards $225K landscaping contract extension to RAVEN OPERATIONS LLC through September 2025
Contract Overview
Contract Amount: $225,111 ($225.1K)
Contractor: Raven Operations LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-09-16
End Date: 2025-12-31
Contract Duration: 106 days
Daily Burn Rate: $2.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 52.217-8 EXERCISING EXTENSION THROUGH 09-30-2025 ON FUNDED TASK ORDER
Place of Performance
Location: SEVILLE, MEDINA County, OHIO, 44273
State: Ohio Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $225,110.73 to RAVEN OPERATIONS LLC for work described as: 52.217-8 EXERCISING EXTENSION THROUGH 09-30-2025 ON FUNDED TASK ORDER Key points: 1. Contract extension indicates continued need for landscaping services at the VA. 2. The firm-fixed-price structure aims to control costs for the duration of the task order. 3. The contract was awarded under full and open competition, suggesting a competitive bidding process. 4. The duration of the extension is approximately 106 days. 5. The award is a delivery order, indicating it's part of a larger contract vehicle. 6. The geographic location for service is Ohio.
Value Assessment
Rating: good
The awarded amount of $225,110.73 for a 106-day extension appears reasonable for landscaping services, especially considering it's a firm-fixed-price contract. Benchmarking against similar landscaping contracts for federal facilities of comparable size and scope would provide a more precise value assessment. However, the extension suggests the incumbent contractor, RAVEN OPERATIONS LLC, has been meeting the VA's needs effectively, which can sometimes lead to more stable pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which implies that while the initial award might have had some restrictions, this specific extension was subject to a broad competitive process. The data does not specify the number of bidders, but 'full and open' generally suggests multiple interested parties had the opportunity to submit proposals. This level of competition is favorable for price discovery and ensuring the government receives competitive offers.
Taxpayer Impact: A full and open competition process is beneficial for taxpayers as it increases the likelihood of securing services at the most competitive price, preventing potential overpayment.
Public Impact
The primary beneficiaries are the Department of Veterans Affairs facilities in Ohio, which will receive maintained grounds. The services delivered include essential landscaping and grounds maintenance. The geographic impact is localized to Ohio, where the VA facilities are situated. This contract supports jobs within the landscaping industry, likely benefiting local workforces in Ohio.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price creep if the extension is part of a pattern of sole-source renewals without re-competition.
- Lack of specific details on the number of bidders in the 'full and open' competition makes it hard to fully assess competitive pressure.
- The relatively short duration of the extension (106 days) might limit opportunities for new contractors to establish a long-term relationship or for significant process improvements.
Positive Signals
- Awarded under full and open competition, indicating a competitive marketplace for these services.
- Firm-fixed-price contract type helps to lock in costs and mitigate budget uncertainty for the VA.
- The extension suggests satisfaction with the current service provider's performance.
- The contract is for essential grounds maintenance, ensuring a safe and presentable environment for veterans.
Sector Analysis
The landscaping services sector for federal agencies is a significant market, encompassing grounds maintenance, horticultural services, and environmental management. Federal contracts for landscaping are often awarded to companies specializing in these areas, with requirements varying based on facility size, location, and specific needs. This contract fits within the broader category of facility support services, where competition can be robust, particularly for routine maintenance tasks. Benchmarking against other federal landscaping contracts would reveal typical pricing structures and award values.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a specific set-aside requirement for this particular award. This means the competition was open to all eligible firms, regardless of size. While there's no explicit subcontracting requirement mentioned, larger prime contractors often engage small businesses for specialized tasks. The absence of a small business set-aside suggests that larger firms or those not specifically designated as small businesses were the primary competitors for this delivery order.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting officers and program managers responsible for facility maintenance in Ohio. Accountability is managed through performance standards outlined in the contract and the firm-fixed-price structure, which incentivizes the contractor to complete the work within the agreed budget. Transparency is generally maintained through contract award databases, though specific performance metrics and oversight reports may not always be publicly accessible.
Related Government Programs
- Federal Grounds Maintenance Contracts
- Department of Veterans Affairs Facility Management
- Commercial Landscaping Services
- Firm-Fixed-Price Service Contracts
Risk Flags
- Contract Extension
- Potential for Price Increase in Future Renewals
- Limited Competition Data Available
Tags
landscaping-services, department-of-veterans-affairs, ohio, delivery-order, firm-fixed-price, full-and-open-competition, facility-maintenance, service-contract, small-business-not-set-aside
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $225,110.73 to RAVEN OPERATIONS LLC. 52.217-8 EXERCISING EXTENSION THROUGH 09-30-2025 ON FUNDED TASK ORDER
Who is the contractor on this award?
The obligated recipient is RAVEN OPERATIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $225,110.73.
What is the period of performance?
Start: 2025-09-16. End: 2025-12-31.
What is the historical spending pattern for landscaping services at this specific VA facility or within this Ohio region?
Analyzing historical spending data for landscaping services at the specific VA facility or within the Ohio region would provide crucial context for the $225,110.73 extension. If previous contracts for similar durations and scopes were significantly lower, it might indicate a potential increase in costs or a less competitive bidding environment for this extension. Conversely, if spending has been consistent or increasing across the board for such services due to inflation or expanded requirements, this award might be in line with market trends. Without access to granular historical data for this specific location or contract vehicle, it's challenging to definitively assess if this award represents an anomaly or a continuation of established spending patterns. However, the fact that it's an extension of an existing task order suggests a baseline of prior spending and performance.
How many bids were received for this 'full and open competition after exclusion of sources' award, and what was the range of proposed prices?
The designation 'full and open competition after exclusion of sources' indicates that the opportunity was broadly advertised, but specific details regarding the number of bids received and the price range are not publicly available in the provided data snippet. Typically, 'full and open' competition implies multiple bidders, which is generally favorable for price discovery and achieving competitive pricing for the government. If only a few bids were received, or if the prices varied significantly, it could suggest underlying market dynamics such as limited contractor availability, specialized requirements, or high demand for these services in the Ohio region. Understanding the competitive landscape through bid counts and price ranges is essential for a thorough value-for-money assessment.
What specific landscaping services are included in this contract, and how do they compare to industry standards for similar federal facilities?
The contract is for 'Landscaping Services' (NAICS 561730), which generally encompasses a range of activities such as lawn mowing, fertilization, pest control, tree and shrub care, irrigation system maintenance, and seasonal cleanups. The specifics of what is included in this $225,110.73 extension for RAVEN OPERATIONS LLC would be detailed in the Statement of Work (SOW) attached to the original task order. Comparing these services to industry standards for similar federal facilities involves assessing whether the scope is comprehensive, if the frequency of services aligns with best practices for maintaining grounds, and if any specialized environmental or aesthetic requirements are being met. Without the SOW, a precise comparison is difficult, but the extension suggests the current scope meets the VA's needs.
What is the track record of RAVEN OPERATIONS LLC in performing federal landscaping contracts, particularly with the Department of Veterans Affairs?
RAVEN OPERATIONS LLC has been awarded this delivery order, indicating they have a contract vehicle and have been selected to perform landscaping services for the Department of Veterans Affairs. To assess their track record, one would need to examine their past performance on federal contracts, looking at factors such as on-time delivery, quality of work, adherence to contract terms, and any history of disputes or contract terminations. Information on past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) would be invaluable. The fact that this is an extension suggests a level of satisfaction with their previous performance on this task order, implying they have met the VA's requirements to date.
Are there any performance risks associated with this contract extension, such as potential service disruptions or quality degradation?
Performance risks for this landscaping contract extension are generally mitigated by the firm-fixed-price (FFP) contract type, which incentivizes the contractor to deliver services efficiently within the agreed budget. However, potential risks could include the quality of services not meeting expectations, unforeseen environmental conditions impacting grounds maintenance, or contractor resource issues (e.g., staffing shortages, equipment failures). The relatively short duration of the extension (106 days) might also pose a risk if it's part of a pattern leading up to a larger re-competition, potentially creating uncertainty for the contractor. The VA's oversight and performance monitoring mechanisms are key to identifying and addressing any emerging risks proactively.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Services to Buildings and Dwellings › Landscaping Services
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 28150 N ALMA SCHOOL PKWY STE 202, SCOTTSDALE, AZ, 85262
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $225,111
Exercised Options: $225,111
Current Obligation: $225,111
Actual Outlays: $225,111
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C78620D0099
IDV Type: IDC
Timeline
Start Date: 2025-09-16
Current End Date: 2025-12-31
Potential End Date: 2025-12-31 00:00:00
Last Modified: 2026-04-12
More Contracts from Raven Operations LLC
- Ohio Western National Cemetery Headstone Setting FAR 52.217-8 Extension 07-01-2025 - 09-30-2025 — $53.3K (Department of Veterans Affairs)
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)