Complete Grounds Maintenance at Beaufort National Cemetery - SED-831 -- S208
ID: QSE--36C78625Q50222Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Complete Grounds Maintenance Services at Beaufort National Cemetery, with a focus on honoring veterans through high-quality maintenance. The contract encompasses a base year plus four optional renewal years, requiring services such as turf maintenance, headstone care, waste removal, and pest control, all performed with respect for the cemetery's dignity. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with wage determinations and subcontracting limitations. Proposals are due by May 7, 2025, and interested parties should contact Janice Brooks at Janice.Brooks@va.gov for further information.

    Point(s) of Contact
    Janice BrooksCS
    Janice.Brooks@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs issued a Request for Quote (RFQ) for Complete Grounds Maintenance Services at Beaufort National Cemetery, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, covering a base year and four optional renewal years, with a focus on high-quality maintenance performed with reverence for the grave sites. Key requirements include the submission of a technical proposal, past performance documentation, and a pricing schedule. The document outlines evaluation criteria prioritizing technical capabilities and past performance over price. Submission deadlines are established, with proposals due by May 2, 2025, and mandatory site visits scheduled for April 18, 2025. Offerors must strictly adhere to specified guidelines, including compliance with regulations regarding subcontracting, licensing, and insurance. The RFQ emphasizes respect for the grave sites and prohibits actions that might compromise the dignity of the cemetery's operations or its ceremonies. This solicitation underscores the government's commitment to honoring veterans through professional contract services while supporting veteran-owned businesses.
    The Beaufort National Cemetery's Grounds Maintenance Services Statement of Work outlines the responsibilities of a contractor tasked with maintaining the cemetery's appearance and integrity as a national shrine for veterans. The Department of Veterans Affairs requires comprehensive grounds maintenance to honor the service and sacrifice of veterans. The contractor must manage 41.2 irrigated turf acres and ensure the site remains clean, dignified, and safe for visitors. Services include maintaining turf, headstones, irrigation systems, and debris removal, adhering to the National Cemetery Administration's standards. The contract provides for a base year and four optional renewal years, commencing August 1, 2025. Maintenance operates during standard hours, with work schedules coordinated to avoid disrupting cemetery functions. Penalties for negligence include replacing damaged turf or plants at contractor expense, ensuring the contractor implements safety measures and adheres to environmental regulations. This document serves as a clear directive for the provision of high-quality grounds maintenance essential to preserving the cemetery's respectful ambiance and safeguarding visitors. It emphasizes the importance of meticulous care in all maintenance procedures to uphold the dignity of these honored final resting places.
    The Beaufort National Cemetery requires comprehensive ground maintenance services over a base period and four option years. The services requested include mowing turf and non-turf areas, waste removal, headstone maintenance, sod installation, and pest control, among various other landscape care functions. Each service is specified by a Contract Line Item Number (CLIN), with details on the scope of work (SOW), unit of issue, estimated cost, and quantity needed. The document outlines both recurring monthly services, such as mowing and debris removal, and specialized services like tree trimming and emergency storm clean-up, categorized by timing, frequency, and method of execution. It emphasizes compliance with federal standards for cemetery upkeep and environmental stewardship. This Request for Proposal (RFP) serves to solicit capable contractors to fulfill these maintenance requirements efficiently, ensuring the cemetery remains a respectful and well-maintained site for honoring veterans. The estimated costs are presented for the base year and each option year, reflecting planned expenditures for these critical services.
    The Past Performance Questionnaire is designed for contractors to provide evidence of their experience relevant to government contracts within the last five years. Contractors are required to list at least three contracts that reflect the size and scope of the evaluated contract, with priority given to those involving the National Cemetery Administration (NCA). Each entry must include specific details such as the contract number, contractor’s information, type of contract, dollar value, date of award, subcontracting details, work completion percentage, and a description of the services provided. Additionally, contact information for a reference is needed for each contract listed. This structured approach aims to assess the track record and reliability of contractors applying for federal, state, or local government projects, ensuring that past performance is taken into account in the evaluation process.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically for contracts in South Carolina's Beaufort County. It mandates minimum wage rates based on the contract's initiation or renewal date, aligning with Executive Orders 14026 and 13658. Workers engaged in these contracts must receive specified hourly rates and fringe benefits. Additionally, the document details various occupations and their respective wage rates, specifying standard fringe benefits for all contracted employees, such as health and welfare pay, vacation, and holiday entitlement. The summary includes stipulations regarding paid sick leave, uniform allowance, hazardous pay differentials, and conformance procedures for unlisted job classifications. Overall, the document serves to ensure compliance with established wage norms while promoting worker protections and fair labor practices in government contracting activities.
    The document outlines the General Decision Number SC20250004 relating to wage determinations for heavy dredging contracts in South Carolina, effective February 21, 2025. It specifies that contractors must comply with the Davis-Bacon Act, ensuring workers are paid minimum wage rates as per Executive Orders 14026 and 13658 based on contract dates. For contracts awarded post-January 30, 2022, the minimum wage is $17.75 per hour; older contracts retain a $13.30 per hour rate if not renewed after this date. The wage determination includes classifications and rates for various positions, from Deck Captain and Dredge Operators to lower-tier roles such as Deckhands and Cooks, with additional premiums for hazardous material work. It also addresses the appeals process for wage determination disputes, instructing interested parties on how to request review or reconsideration through the Wage and Hour Division of the Department of Labor. This document serves as a critical reference for contractors involved in federal construction projects, ensuring adherence to wage regulations and protecting workers' rights in the dredging sector. It underscores the significance of compliance in federal contracts to maintain labor standards and transparency.
    The document outlines the VA Notice of Limitations on Subcontracting for both services and construction contracts, particularly focusing on the requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). According to 38 U.S.C. 8127, contractors must certify their compliance with specific subcontracting limitations: 50% for service contracts, 85% for general construction, and 75% for special trade construction, wherein subcontracted work performed by similarly certified firms counts towards these limits. The contractor acknowledges the seriousness of providing accurate certification and non-compliance could lead to criminal or civil penalties. Moreover, the VA reserves the right to review compliance documentation at any time, and failure to provide requested documentation could result in remedial actions. The offeror must complete a formal certification, which is mandatory for bid consideration. This document serves to enhance compliance with subcontracting regulations, aiming to ensure that federal contracts predominantly benefit qualifying veteran-owned businesses, thereby promoting economic opportunities within this community.
    The document is an amendment to the solicitation number 36C78625Q50222, issued by the Department of Veterans Affairs, specifically the National Cemetery Administration. The primary purpose of this amendment is to extend the proposal submission deadline from May 2, 2025, to May 7, 2025, at 10:00 AM EST. It emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full force. Offerors are required to submit this amendment with their proposals to acknowledge the revised deadline officially. This amendment underscores the procedural adjustments in government contracting processes, particularly in ensuring timely and organized submissions of proposals. Overall, it reflects the standard practice of amending RFPs to manage timelines accurately for participating vendors while maintaining the integrity of original solicitation terms.
    The document serves as an amendment to solicitation number 36C78625Q50222 issued by the Department of Veterans Affairs, specifically under the National Cemetery Administration. Its primary purpose is to address and provide answers to questions raised by prospective vendors regarding the solicitation, stating that no further questions will be considered at this time. The amendment must be included with any submitted proposals to ensure compliance. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged and effective. It outlines essential procedures for offer acknowledgment and clarifies the requirements for modifying existing proposals in response to the amendment. This protocol is standard in federal requests for proposals (RFPs) to maintain clarity and ensure that all bidders have equal access to information.
    This document outlines the Solicitation Questions and Answers for the Beaufort National Cemetery's Ground Maintenance Services RFQ 36C78625Q50222. It covers various aspects of the contract requirements, addressing inquiries related to spot applications, past performance, key personnel, and specific maintenance tasks like mowing, pruning, and soil testing. Key clarifications include definitions for spot applications, the acceptance of subcontractor past performance, and the staffing requirements, emphasizing a minimum of 12 employees and one site supervisor year-round. It specifies that certain services like dethatching are not required, while others, such as tree removal and irrigation maintenance, have specific billing protocols. Overall, the document serves as a comprehensive guide for bidders to understand the expectations and operational requirements for delivering grounds maintenance services at the cemetery, ensuring adherence to contract specifications and government standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    Annapolis and Loudon Park National Cemeteries are in need of Grounds maintenance.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for grounds maintenance services at the Annapolis and Loudon Park National Cemeteries in Baltimore, Maryland. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves the cancellation of a previous contract award due to a protest and subsequent reassessment of requirements. Grounds maintenance is crucial for maintaining the dignity and appearance of national cemeteries, ensuring they honor the service of veterans. Interested parties can contact Contracting Officer Hugh O'Neil at hugh.oneil@va.gov for further details regarding this opportunity.
    36C78626Q50011 Great Lakes Turf Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking quotations for turf maintenance services at Great Lakes National Cemetery in Holly, Michigan. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one-year base period and four one-year options, not exceeding $2,300,000. The services required include shrub management, leaf removal, herbicide and fertilizer applications, and other landscaping tasks, all performed with a high standard of dignity and respect due to the cemetery's status as a national shrine. Interested contractors must submit their proposals by January 13, 2026, and can direct inquiries to April Graves at april.graves@va.gov.
    Great Lakes Turf Maintenance -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a turf maintenance contract at the Great Lakes National Cemetery in Holly, Michigan. This procurement involves a new turf maintenance contract that includes a base year plus four option years, aimed at maintaining the cemetery's grounds to ensure a respectful environment for veterans and their families. The services required fall under the Landscaping Services category, specifically identified by NAICS code 561730 and PSC code S208, highlighting the importance of maintaining the aesthetic and functional quality of the cemetery grounds. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact April Graves at april.graves@va.gov for further details regarding the solicitation process.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Great Lakes Turf Maintenance -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a turf maintenance contract at the Great Lakes National Cemetery in Holly, Michigan. This procurement involves a new turf maintenance contract that includes a base year plus four option years, aimed at maintaining the grounds of Station 923. The services are critical for ensuring the upkeep and aesthetic quality of the cemetery, which serves as a final resting place for veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact April Graves at april.graves@va.gov for further details regarding the solicitation process.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    Pacific Continental Midwest Grounds & Cemetery Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the National Cemetery Administration (NCA), is seeking qualified small businesses to supply grounds maintenance and cemetery operations equipment for the Pacific, Continental, and Midwest District National Cemeteries. The procurement aims to establish multiple-award Blanket Purchase Agreements (BPAs) for new, commercially available equipment, including tractors, mowers, trailers, excavators, and forklifts, all meeting OEM specifications and warranties. This equipment is crucial for maintaining the operational standards of national cemeteries, ensuring they remain well-kept and respectful environments for veterans. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit their responses, including company information and capabilities statements, in PDF format by the specified deadline to Brian Trahan at brian.trahan@va.gov.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services for the Omaha National Cemetery in Nebraska. The procurement includes a base year of service from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. These janitorial services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.