Complete Grounds Maintenance at Marietta National Cemetery - SED-859 -- S208
ID: QSE--36C78625Q50200Type: 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 a Complete Grounds Maintenance contract at Marietta National Cemetery in Georgia. This procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a base year starting June 1, 2025, and four optional one-year extensions, focusing on maintaining the cemetery grounds to honor veterans with dignity and respect. The selected contractor will be responsible for various maintenance tasks, including turf care, tree and shrub maintenance, and debris removal, ensuring compliance with National Cemetery Administration standards. Proposals are due by April 28, 2025, at 2:00 PM EST, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must contact Contracting Officer Larry Curtis at larry.curtis@va.gov for further details.

    Point(s) of Contact
    Larry CurtisContracting Officer
    larry.curtis@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Complete Grounds Maintenance services at Marietta National Cemetery. The contract covers a base year from June 1, 2025, to May 31, 2026, with four optional one-year extensions. Proposals are due by April 28, 2025, at 2:00 PM EST, and a mandatory site visit is scheduled for April 8, 2025. Offerors must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and comply with various requirements, including SAM registration and specific performance standards emphasizing dignity and respect for cemetery grounds. Proposals will be evaluated based on technical capabilities, past performance references, and pricing, with a focus on the quality of service provided. Key submission components include company information, technical proposals demonstrating relevant experience, and a detailed work plan. Offerors are encouraged to demonstrate effective staffing, management competencies, and a solid understanding of Ground Maintenance requirements. The evaluation process will consider past performance significance and overall benefit to the government, aiming for quality service delivery while adhering to established guidelines and best practices. This solicitation aims to fulfill the VA's commitment to respectful maintenance of veteran burial sites.
    The solicitation document outlines the requirements for grounds maintenance at Marietta National Cemetery, emphasizing the expectation of maintaining an aesthetically pleasing and safe environment. Key points include the need for daily leaf removal, adherence to NCA standards for power washing, and clarity on responsibilities regarding tree maintenance during storms. Contractors must provide their irrigation supplies and assess their responsibilities regarding tree removal and maintenance. Questions from potential bidders seek clarification on various aspects, such as the timing of services before holidays, the intervals for fresh mulch application, and specific guidance on tree maintenance responsibilities. The document also highlights the importance of communication with Cemetery Leadership and includes directives on sodding timelines, fertilizer applications, and pest control measures. Crucially, the document indicates that contractual arrangements may not guarantee access to a maintenance facility, pending potential renovations. The government aims for labor rates below certain guidelines to ensure cost-efficiency. This request for proposal emphasizes clarity in maintenance expectations, detailed responsibilities, and communication protocols to ensure the successful upkeep of the cemetery grounds.
    The Marietta National Cemetery Grounds Maintenance Services Statement of Work outlines the requirements for maintaining the cemetery in compliance with the National Cemetery Administration's (NCA) standards, which honors veterans with a dignified memorial environment. The contractor is responsible for refurbishing and preserving the grounds, including the maintenance of turf, trees, shrubs, and gravesites. Key tasks involve mowing, trimming, edging, trash and debris removal, and headstone maintenance, all performed with the utmost respect and minimal disruption to cemetery operations. Services are scheduled during normal business hours and may require coordination with cemetery leadership for any after-hours work. The contract spans one base year with four optional extensions, emphasizing safety, cleanliness, and adherence to operational standards. Therefore, it reflects the commitment to preserving the cemetery as a national shrine and ensuring a respectful environment for visitors and families. The contractor must also maintain thorough documentation and report any damages or irregularities to ensure compliance and quality throughout the duration of the project.
    The Marietta National Cemetery Grounds Maintenance Services document outlines a Request for Proposal (RFP) for various maintenance and service tasks at the cemetery. The document details the specific work required over the base year and multiple option years, including turf mowing, edging, maintenance of plant beds, tree care, and other essential services such as floral decoration cleaning, debris removal, and cemetery infrastructure maintenance. Each task is categorized by a Contract Line Item Number (CLIN), specifying estimated quantity and cost, all listed as $0.00, indicating that this is a preliminary stage of budget consideration. The document emphasizes the importance of regular maintenance and seasonal tasks alongside potential responses to extreme weather conditions, showcasing the cemetery's commitment to maintaining a dignified environment for those interred. The structured approach indicates a thorough procurement process, adhering to federal guidelines for RFPs, ensuring clarity of expectations for prospective contractors. The overall aim is to facilitate seamless and respectful upkeep of the cemetery grounds, supporting the broader mission of honoring veterans and ensuring the cemetery's aesthetic and functional integrity.
    The "Past Performance Questionnaire" is a document required from offerors bidding for federal, state, or local government contracts. It mandates that offerors list three to five relevant contracts completed within the last three years, with an emphasis on those involving the National Cemetery Administration (NCA) if applicable. Each entry must provide comprehensive contractor information, including the contract name, number, type, value, date of award, and status—whether completed or not. The contractor must specify their role (prime or subcontractor) and include contact details of a representative from the agency served. Additionally, details about the supply or service provided, its complexity, and the percentage of work completed by the contractor versus subcontractors must be outlined. This information helps evaluators assess past performance and the capability of contractors to fulfill the proposed contract obligations, supporting the procurement process with relevant experience data.
    The document focuses on federal and state/local requests for proposals (RFPs) and grants, primarily addressing the management and allocation of funds for various government projects. It underscores the importance of compliance with regulatory standards, emphasizing thorough assessments of existing conditions and the necessity for hazard mitigation in projects involving historic structures or hazardous materials. Specific references to protocols for handling hazardous materials highlight the legal and safety obligations that contractors must adhere to. Additionally, the document outlines key administrative procedures related to funding applications and execution, aiming to ensure effective implementation of government initiatives. It serves as a guideline for stakeholders involved in securing and managing governmental funding, stressing the intersection of fiscal responsibility, safety regulations, and project execution in public service.
    The document outlines a complex and largely fragmented compilation of government-related information, including aspects related to federal and state RFPs (Requests for Proposals) and grants. Although the specific details are obscured, there appears to be a focus on financial allocations, compliance, and standards related to governmental projects. Issues of procurement, grant applications, and project implementations may be critical components, as well as regulatory mandates designed to ensure transparency, accountability, and adherence to established protocols. The document is structured to reflect various coded or encoded sections, possibly linked to different types of government funding initiatives or requirements for local governments. Such comprehensive documentation is likely intended to guide agencies in managing public funds efficiently while adhering to federal and local regulations. This summary reflects a general interpretation of themes and objectives associated with government proposals and grants, underlining the importance of compliance and proper management in public sector funding initiatives.
    The document outlines the "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction," which establishes contract compliance requirements for offerors seeking federal contracts. It mandates that contractors adhere to specific subcontracting limitations based on their predominant North American Industry Classification System (NAICS) code. For service contracts, no more than 50% of the government payment can go to non-Veteran-Initiated Program (VIP)-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). General construction contracts are limited to 85%, while special trade contractors face a 75% limit. The offeror must certify compliance and acknowledges potential penalties for false certifications, including criminal prosecution and debarment. In addition, contractors are required to provide documentation for compliance inspection and may face remedial actions for non-compliance. The formal certification must be completed and submitted with any bid or proposal, as failure to do so results in disqualification from contract consideration. This clause reinforces efforts to support small veteran-owned businesses while ensuring accountability in government contracting processes.
    The document pertains to an amendment of a solicitation by the Department of Veterans Affairs (VA) National Cemetery Administration. It outlines the requirements for offerors to acknowledge receipt of the amendment by specific means before the specified deadline, failure of which may lead to rejection of their offer. The amendment includes key administrative components such as solicitation and modification numbers, effective dates, and provides guidance on how offerors can make changes to their existing submissions. Notably, it contains responses to questions raised by offerors, presented in bold red font in an attached document. The main focus is administrative procedures associated with bidding on government contracts, ensuring compliance with the guidelines set forth by federal procurement regulations. This document reinforces the importance of timely and accurate communication between the contracting authority and potential bidders to facilitate a smooth procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide irrigation maintenance services at Fort Snelling National Cemetery under the solicitation number 36C78626Q50027. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year with four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. The contractor will be responsible for systematic irrigation system startup, repair, and winterization, ensuring minimal disruption to cemetery operations while maintaining the dignity and respect of the site. Proposals are due by December 19, 2025, at 12:00 PM CST, with a mandatory site visit scheduled for December 11, 2025. 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 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.
    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.
    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.
    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.
    Plant and Holiday Decor Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Plant and Holiday Decor Services for the Washington DC VA Medical Center and its associated Community Based Outpatient Clinics. The procurement involves a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with an estimated performance period from January 19, 2026, to January 18, 2031, and a maximum contract value of $500,000.00. Key requirements include weekly plant maintenance, annual plant audits, pest control, and the installation and removal of holiday decorations, emphasizing the importance of maintaining a welcoming environment for veterans and staff. Interested parties must submit their quotes and any questions by January 5, 2026, with site visits scheduled for December 18-19, 2025; inquiries should be directed to Jameel Gordon at jameel.gordon@va.gov.
    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.