940 | Fargo National Cemetery | Grounds Maintenance and Interment Operations | Bridge -- S208
ID: QSE--36C78625Q50125Type: 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 from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a short-term Indefinite Delivery Indefinite Quantity (IDIQ) bridge contract for grounds maintenance and interment operations at the Fargo National Cemetery in Harwood, North Dakota. The contractor will be responsible for a range of services, including maintaining cemetery grounds, performing interments and disinterments, and ensuring the respectful presentation of gravesites and headstones, all in accordance with National Cemetery Administration standards. This contract is crucial for maintaining the dignity and upkeep of the cemetery until a longer-term contract is awarded, with a planned performance period from March 3, 2025, to August 31, 2025. Interested contractors must submit their proposals by February 21, 2025, following a mandatory site visit on February 10, 2024; for further inquiries, contact April Graves at april.graves@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines wage determinations under the Service Contract Act, managed by the U.S. Department of Labor's Wage and Hour Division. It specifies wage rates and fringe benefits applicable to contractors in North Dakota's Cass County, contingent on the contract's start or renewal dates. For contracts initiated on or after January 30, 2022, a minimum wage of $17.75 per hour is mandated, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour if not renewed. The document lists various occupations, detailing specific hourly wage rates and fringe benefit requirements, including health and welfare allowances, vacation time, and paid holidays. Additionally, it emphasizes compliance with Executive Orders granting paid sick leave and other worker protections. Contractors are instructed on the procedures for categorizing unlisted occupations and requesting wage rate conformance. This document functions as a stringent guide to ensure contractors meet labor regulations while assisting with federal contracts, emphasizing equitable pay and worker rights under applicable laws.
    This document outlines the General Decision Number ND20250050, which details wage determinations for heavy construction projects in Cass County, North Dakota. Governed by the Davis-Bacon Act, the document specifies the minimum wage requirements under Executive Orders 14026 and 13658 based on the date contracts are awarded or renewed. For contracts initiated after January 30, 2022, a minimum wage of $17.75 per hour is mandated, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour, unless a higher rate is specified. It also provides a comprehensive list of prevailing wage rates by classification, including electricians, heavy equipment operators, and laborers, highlighting their respective hourly rates and fringe benefits. Additionally, it mentions the applicability of Executive Order 13706, which establishes paid sick leave requirements for federal contractors. The document serves to inform contractors and workers about wage requirements and rights under various executive orders, ensuring compliance with federal labor standards in state and local RFP processes for construction projects. Essential contact information for wage determination appeals is included, facilitating regulatory oversight.
    The document outlines the Statement of Work for cemetery operations and maintenance services at the Fargo National Cemetery. It details the contractor's responsibilities, which include grounds maintenance, interment and disinterment services, headstone care, and emergency response actions. The contractor must ensure respectful handling and presentation of areas within the cemetery, adhering to National Cemetery Administration standards. Key obligations include regular lawn upkeep, snow removal, headstone installation and maintenance, and compliance with safety regulations, including OSHA standards. The document emphasizes the need for appropriate employee conduct and appearance, prohibiting behaviors like eating in sight of services and the use of tobacco or alcohol on-site. The contractor is also required to provide all necessary tools and equipment, maintain a safe working environment, and ensure all actions respect the sensitivities surrounding funeral services. Overall, this document serves as a comprehensive guideline for agencies responding to the Request for Proposal (RFP), ensuring that all services meet the dignified expectations of the National Cemetery while allowing for efficient operational management and oversight.
    The document outlines the requirements for contractors to demonstrate past performance relevant to federal, state, and local government contracts as part of the evaluation process for a Request for Proposal (RFP). Each contractor must provide details on at least three agreements completed or active within the past five years, emphasizing any contracts associated with the National Cemetery Administration (NCA) before listing non-NCA contracts. For each referenced contract, contractors are to submit a completed Past Performance Questionnaire, detailing the contract number, contractor’s name and contact information, type of contract, dollar value, date of award, and a description of the services provided. Additionally, contractors must include information on subcontracting and the percentage of work completed directly by them. This process is intended to verify the contractor’s experience and capability in managing comparable projects, ensuring that they meet the standards necessary for the RFP at hand.
    The Dignity Clause outlines protocols for contractors working at national cemeteries, emphasizing the need for utmost respect and care for headstones, markers, and the remains of service members and veterans. It specifies that contractor personnel are prohibited from stepping on, driving over, or leaning tools on grave markers. Any damage caused to headstones or surrounding turf falls under the contractor's responsibility for correction and replacement. In the event that remains, caskets, or burial containers are exposed or damaged during work, contractors must immediately notify the appropriate authorities for guidance. The document highlights the necessity for contractors to communicate these guidelines to their employees and subcontractors, ensuring adherence to the standards of dignity and respect at these solemn sites.
    The document outlines a Request for Proposal (RFP) for various cemetery maintenance and burial services. It includes a detailed list of line item numbers (CLINs) corresponding to tasks such as mowing grass, trimming around headstones, applying herbicides, maintaining irrigation systems, and conducting burial services. Specific services emphasize cemetery upkeep, including snow removal, pest control, and special event management. The budget has not been filled, indicating a need for potential contractors to propose pricing for each listed service. This RFP serves the purpose of soliciting bids from qualified vendors to ensure ongoing maintenance and operational needs at the cemetery, adhering to federal and local regulations regarding burial services. The structure is systematic, categorized by task, indicating a comprehensive approach to managing cemetery care and ensuring respectful treatment of burial sites and associated facilities. Overall, the document reflects government efforts to maintain cemeteries and related services effectively while allowing for vendor competition.
    The document outlines a Combined Synopsis/Solicitation from the U.S. Department of Veterans Affairs for Grounds Maintenance and Internment Services at the Fargo National Cemetery, designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contents include a Request for Quotation (RFQ) along with various attachments such as performance work statements, pricing schedules, and technical specifications. Quoters are required to submit their proposals by February 21, 2025, following a mandatory site visit scheduled for February 10, 2024. The contract, expected to commence on March 3, 2025, will be executed as an Indefinite Delivery Indefinite Quantity (IDIQ) contract, allowing the government to place task orders over a period of six months, with a minimum value of $5,000 and a cap of $400,000. Proposals will be evaluated based on technical qualifications, past performance, and pricing as specified in the RFQ. The submission format involves multiple volumes detailing administrative information, technical proposals, past performance documentation, and pricing calculations, emphasizing the importance of compliance with established guidelines and clauses to ensure eligibility for contract award.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Grounds Maintenance Services, Ft Douglas National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting quotations for Grounds Maintenance Services at Ft Douglas National Cemetery in Salt Lake City, Utah, under a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The contract aims to ensure dignified maintenance of the cemetery, encompassing comprehensive operations such as grounds upkeep, interment services, and headstone care, all adhering to strict performance standards. This initiative reflects the National Cemetery Administration's commitment to treating national cemeteries with respect and care. Interested contractors must submit their quotations by 3 PM EST on February 10, 2025, and can direct inquiries to Brian Werner at brian.werner2@va.gov.
    Synopsis of Solicitation/Proposed Contract Action - 36C78625Q50119 -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified service-disabled veteran-owned small business to provide grounds maintenance services at the Raleigh National Cemetery. The required services include mowing, trash removal, and the alignment of headstones, which are essential for maintaining the cemetery's appearance and honoring veterans. This contract, identified by solicitation number 36C78625Q50119, is a sole source opportunity awarded to Worrell Contracting Co. Inc. to ensure continuity of services during the transition to a longer-term contract. Interested parties can reach out to Sarah Poole at sarah.poole1@va.gov for further information, with a response deadline set for January 30, 2025, and an anticipated award date of January 31, 2025.
    Synopsis of Solicitation/Proposed Contract Action - 36C78625Q50117 -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified service-disabled veteran-owned small business (SDVOSB) to provide grounds maintenance services for the Wilmington National Cemetery. The proposed contract, identified as solicitation 36C78625Q50117, includes essential services such as mowing, trimming, snow and ice removal, grave excavation, and the realignment of headstones, and is scheduled to last for two months. This procurement underscores the government's commitment to supporting SDVOSBs while ensuring the upkeep of national memorial sites. Interested parties should note that the closing date for responses is January 30, 2025, with an anticipated award date of January 31, 2025; for further inquiries, contact Sarah Poole at sarah.poole1@va.gov.
    Tree Maintenance for Biloxi National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tree maintenance services at the Biloxi National Cemetery in Mississippi. The contract involves various tasks including tree removal, pruning, trimming, and stump grinding, with oversight required from a certified arborist to ensure compliance with environmental regulations and aesthetic standards. This initiative underscores the importance of maintaining the cemetery grounds while supporting veteran-owned enterprises. Proposals must be submitted by February 17, 2025, with work scheduled to take place between February 1, 2025, and September 30, 2025. Interested vendors can direct inquiries to David Hester at David.Hester@va.gov.
    Amended 2024 Fargo Nursing Home Open and Continuous Solicitation 36C26324R0048 0001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for nursing home services under the amended solicitation 36C26324R0048, aimed at supporting the VA Fargo Health Care System in North Dakota. This opportunity involves providing community nursing home services through Indefinite Delivery Indefinite Quantity Contracts (IDIQs), with a focus on delivering comprehensive medical, nursing, and psychosocial care to veterans. The solicitation is open for proposals until December 31, 2024, with an extension of the closing date to July 31, 2025, at 11:59 PM CDT, and interested offerors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential contractors can contact Ashraf M Moghul at Ashraf.Moghul@va.gov or Matthew Rose at Matthew.Rose3@va.gov.
    PRESOLICITATION NOTICE ONLY: Grounds Maintenance base year plus 4 option years at the Omaha/Fort McPherson National Cemeteries. -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for grounds maintenance services at the Omaha and Fort McPherson National Cemeteries, with a contract term consisting of a base year plus four option years. The procurement aims to ensure the upkeep and aesthetic maintenance of these significant sites, which serve as final resting places for veterans and their families. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 561730, and interested parties can reach out to Ralph Crum at ralph.crum@va.gov for further details. The presolicitation notice indicates that the contract will be awarded following the appropriate procurement processes, although specific funding amounts and deadlines have not been disclosed.
    Presolicitation Notice - Grounds maintenance services at the Bakersfield National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Bakersfield National Cemetery in California. The procurement includes a base year contract with four additional option years, focusing on maintaining the cemetery's landscape to ensure a respectful and well-kept environment for visitors and veterans. This service is critical for the upkeep of national cemeteries, reflecting the commitment to honor those who have served. The presolicitation notice indicates that the solicitation is expected to be published as early as November 22, 2024, and interested parties can contact Contracting Officer Ralph Crum at ralph.crum@va.gov for further information.
    Combines Synopsis/Solicitation - 36C78625Q50121 - Danville, IL National Cemetery Grounds Maintenance, Janitorial & Irrigation System -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for grounds maintenance, janitorial, and irrigation system services at the Danville National Cemetery in Illinois. The contract, designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a five-year term with a base year and four option years, focusing on maintaining the cemetery's dignity and respect for interred veterans through various services such as mowing, debris removal, and irrigation management. This procurement underscores the government's commitment to honoring service members while ensuring compliance with federal labor standards, with a total potential contract value of $4.5 million. Interested parties must submit their proposals by 12:00 PM EST on February 19, 2025, and can contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further information.
    Salisbury National Cemetery Public Restroom Renovation and Columbarium Cemetery Expansion
    Buyer not available
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for the "Salisbury National Cemetery Public Restroom Renovation and Columbarium Cemetery Expansion" project, with an estimated budget between $20 million and $30 million. This initiative aims to enhance the cemetery's facilities by renovating public restrooms and expanding the columbarium, ensuring compliance with safety and environmental regulations while maintaining public access to gravesites during construction. The project underscores the importance of improving infrastructure for veterans' memorial sites, reflecting the government's commitment to honoring those who served. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals within 30 days following the anticipated solicitation announcement around January 31, 2025, and can direct inquiries to Mr. Daniel Kinney at daniel.kinney@va.gov or by phone at 402-830-4683.
    Sources Sought 36C78625Q50110 Janitorial Services for Black Hills National Cemetery -- S201
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide janitorial services at the Black Hills National Cemetery in Sturgis, South Dakota, through a Sources Sought Notice. The procurement aims to identify vendors capable of fulfilling the janitorial requirements as outlined in a Performance Work Statement, which includes daily and periodic cleaning of facilities while maintaining high standards befitting a national shrine. This initiative underscores the VA's commitment to preserving respectful environments for veterans' memorials and encourages participation from service-disabled veteran-owned small businesses. Interested firms must respond by February 10, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Kim Leone at Kim.Leone@va.gov.