Willamette National Cemetery Grounds Maintenance Services
ID: 36C78626Q50019Type: 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 Set Aside (SDVOSBC)
Timeline
    Description

    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 a range of landscaping tasks, including turf maintenance, tree and shrub care, leaf removal, and the application of fertilizers, with a focus on adhering to National Cemetery Administration standards. This contract is particularly significant as it ensures the upkeep of a national shrine, emphasizing the respectful treatment of gravesites and headstones. Interested vendors must submit proposals by January 6, 2026, with a guaranteed minimum contract value of $10,000 and a maximum aggregate value of $7 million over the contract's duration, which spans from February 1, 2026, to January 31, 2030. For further inquiries, potential bidders can contact Brian Trahan at brian.trahan@va.gov or Ralph Crum at ralph.crum@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 36C78626Q50019, effective December 22, 2025, extends the closing date and time for offers to January 6, 2026, at 4:00 PM PT US/Pacific. The amendment introduces a site visit sign-in and QA section, and notably changes the quantity for Contract Line Item Number (CLIN) 0003, and its subsequent option years (10003, 20003, 30003), from 5 months to 6 months for "Leaf Removal" landscaping/groundskeeping services. Each CLIN has a one-year period of performance, starting February 1, 2026, and extending through January 31, 2030. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures offerors have additional time and clarity regarding the solicitation requirements and updated service quantities.
    This government solicitation, 36C78626Q50019, issued by the National Cemetery Administration, Department of Veterans Affairs, outlines a Request for Quote (RFQ) for grounds maintenance services at the Willamette National Cemetery. The solicitation, issued on December 3, 2025, with an offer due date of December 30, 2025, is 100% set aside for small businesses under NAICS code 561730 ($9.5 Million size standard). The contract covers various landscaping and groundskeeping tasks, including turf and grasses, tree and shrub maintenance, leaf removal, and the supply of grass seed, limestone, gypsum, and different types of fertilizers. The period of performance for these services spans from February 1, 2026, to January 31, 2030, with yearly options. The document also details contract clauses, ordering limitations (minimum $5,000, maximum $1,500,000), and provisions for extending services and the contract term.
    This administrative guidance outlines critical requirements for vendors submitting quotes for a solicitation. Key deadlines include December 17, 2025, at 1600 PST for vendor questions, with answers provided via SAM.gov amendments. A mandatory site visit is scheduled for December 15, 2025, at 1000 PST, and no repeat visits will occur. Vendors must be actively registered in SAM.gov at the time of submission and award, and late quotes will be rejected. Offerors are responsible for monitoring SAM.gov for all amendments, reading the entire solicitation thoroughly, and providing complete, accurate, and detailed responses, as the Government will not make assumptions regarding undocumented capabilities.
    The Willamette National Cemetery's Q&A document clarifies various aspects of a grounds maintenance contract, addressing contractor responsibilities, site logistics, and service requirements. Key clarifications include the contractor's non-responsibility for plant health within bed spaces, the mandatory use of daily/weekly reporting, and the removal of invasive weeds. Gas-powered blowers are restricted due to Portland regulations. The contract requires a 3-inch deep layer of organic mulch and specifies 6 months for leaf and debris removal, with an acknowledgement that the maximum aggregate value may be approached due to expanded scope. The contractor is responsible for pesticide applications and specific mowing areas, with some services like aeration and thatch removal explicitly excluded. Subcontractor past performance will be considered, and the requirement for upright marble headstone plans is to be disregarded. All site measurements are the contractor's responsibility, and services may be required in inclement weather.
    The document is a sign-in sheet for a site visit, likely related to a government Request for Proposal (RFP), grant, or state/local RFP. It captures essential information such as the names of attendees, their email addresses, and the companies they represent. While the entries are somewhat obscured and handwritten, the primary purpose of this document is to record participation in a site visit, which is a common component of the procurement process to allow potential bidders to assess the project site and ask questions before submitting their proposals. This ensures transparency and provides all interested parties with equal access to information regarding the project requirements and conditions.
    This contract outlines the financial parameters for a government agreement, establishing a guaranteed minimum of $10,000.00 for the life of the contract. The maximum aggregate value, inclusive of five one-year ordering periods, is capped at $7,000,000.00. The government explicitly states that it does not guarantee orders beyond the minimum amount. This document sets clear financial boundaries and expectations for potential contractors, emphasizing that while a minimum is assured, further orders are not guaranteed up to the maximum aggregate value.
    The “Dignity Clause” outlines mandatory procedures for contractors working in national cemeteries, emphasizing respect for the deceased and their gravesites. Contractors must treat headstones and markers with extreme care, prohibiting actions like walking, standing, or driving over them, and avoiding any damage. Responsibility for replacing damaged markers and restoring turf rests with the contractor. Any exposure or damage to human remains or their containers requires immediate notification to the COR, Director/Assistant Director, or Contracting Officer. All contractor personnel and subcontractors must sign a statement of compliance acknowledging these guidelines before commencing work, ensuring adherence to the solemnity and sanctity of the cemeteries.
    The Past Performance Questionnaire (PPQ) 36C78626Q50019 is a critical government document used to evaluate an offeror's past performance for federal, state, and local RFPs and grants. It requires a customer or reference to provide detailed information on work performed within the last three years. The questionnaire covers contract specifics like type, value, period, scope, and the offeror's role. It includes a performance assessment rating criteria for quality, timeliness, responsiveness, safety, and customer satisfaction, with definitions for 'Exceptional,' 'Satisfactory,' 'Marginal,' and 'Unsatisfactory.' A key section assesses the relevance of the past contract to the current requirement, categorizing it as 'Very Relevant,' 'Relevant,' 'Somewhat Relevant,' or 'Not Relevant,' based on detailed definitions of scope, size, and complexity, particularly for grounds maintenance projects. The document also allows for additional comments on the offeror's ability to perform similar work successfully. This comprehensive evaluation ensures that only qualified and reliable offerors are considered for government contracts.
    This Performance Work Statement (PWS) outlines the requirements for grounds maintenance and improvement services at Willamette National Cemetery in Portland, Oregon. The contractor will provide all personnel, materials, and equipment to maintain the cemetery grounds, including turf and grass, trees, shrubs, and leaf removal. Key aspects include strict adherence to NCA standards, a comprehensive quality control program, and specific guidelines for pesticide application, personnel conduct, and site access. The contract is a hybrid fixed-price Indefinite Delivery, Indefinite Quantity (IDIQ) with a 12-month base year and three option years. The contractor must submit a Grounds Management Plan, weekly work plans, and completed work reports, and ensure all operations respect the cemetery's sensitive mission, especially during ceremonies. The PWS emphasizes safety, environmental compliance, and the dignified handling of markers.
    The provided government file outlines comprehensive checklists and forms for grounds maintenance, pest control, and contractor compliance within a cemetery setting. It includes daily, weekly, monthly, and annual grounds maintenance checklists covering tasks such as trash removal, grave upkeep, turf care, planting bed maintenance, tree and shrub health, waste management, and floral regulations. Additionally, the file contains a Pesticide Application Data Sheet for recording details of pesticide use, a Vertebrate Pest Inspection Sheet for tracking animal pest issues and treatments, and a Contractor’s Employee Statement of Compliance. This statement emphasizes the solemn nature of cemeteries as national shrines, requiring strict adherence to maintenance standards, respectful handling of gravesites and headstones, and immediate reporting of any incidents involving remains. The overall purpose is to ensure high standards of appearance, safety, and respect in the maintenance and operation of national cemeteries.
    This addendum outlines the proposal submission, instructions, evaluation criteria, and basis for award for a government solicitation. It clarifies expectations for price, technical, and past performance factors, establishing a comparative analysis methodology. Proposals will be evaluated on technical requirements (pass/fail), past performance (recency, relevance, and quality), and price (reasonableness and cost-effectiveness). Award will be granted to the offeror providing the best value. Detailed submission instructions are provided for price schedules, technical plans (Turfgrass Management, Work, Site-Specific Safety, Contractor Quality Control, and Comprehensive Grounds Management), and 3-5 past performance references within the last three years. The document emphasizes a structured, transparent evaluation process to identify the most advantageous offer.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    National Cemetery Administration - Quarterly Floor Cleaning - Willamette National Cemetery - S214
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses to provide quarterly floor cleaning services at Willamette National Cemetery in Happy Valley, Oregon. The procurement involves a firm-fixed-price contract for a base year and two optional years, requiring the contractor to maintain a clean and dignified environment through carpet cleaning and tile floor buffing, adhering to specific performance standards and using environmentally friendly products. Interested parties must respond by January 7, 2026, at 11:00 AM CST, including the Sources Sought number in their email to Stacey Lewallen at stacey.lewallen@va.gov, and provide relevant company information, capability statements, and sample pricing.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    San Joaquin Valley National Cemetery Grounds Maintenance -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Grounds Maintenance Contract at the San Joaquin Valley National Cemetery in Santa Nella, California. The procurement aims to ensure compliance with National Cemetery Administration standards, encompassing maintenance of turf, cemetery infrastructure, grave marker management, and support for ceremonies across the cemetery's 322-acre site. This opportunity is particularly significant as it involves maintaining a national shrine dedicated to veterans, ensuring the site remains respectful and well-kept. Interested parties must submit their capability statements and SAM.GOV UEI to Ralph Crum at ralph.crum@va.gov by January 6, 2026, to be considered for this Service-Disabled Veteran-Owned Small Business set-aside contract.
    San Joaquin Valley National Cemetery Grounds Maintenance -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Grounds Maintenance Contract at the San Joaquin Valley National Cemetery in Santa Nella, California. The procurement aims to maintain the cemetery's approximately 322 acres, including developed burial sections, ensuring compliance with National Cemetery Administration standards through various tasks such as site cleanliness, turf maintenance, and grave marker management. This contract is crucial for preserving the dignity and upkeep of the national cemetery, which serves as a final resting place for veterans. Interested parties must submit their capability statements and SAM.GOV UEI to Ralph Crum at ralph.crum@va.gov by January 6, 2026, as this opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC).
    Open and continuous Solicitation for CNH facilities in Oregon
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an indefinite-delivery contract to provide nursing home services within the Oregon VA Health Care System, aimed at eligible veterans. The contract will span a period of up to five years, with a total funding ceiling of $45 million for all awarded contracts, ensuring that qualified contractors deliver essential healthcare services. This opportunity is crucial for maintaining high-quality care for veterans, adhering to federal regulations, and ensuring compliance with wage determinations that mandate minimum hourly rates and benefits for workers. Interested contractors should reach out to Brian Stephen at Brian.stephen@va.gov or Jeremiah Middleton at Jeremiah.Middleton2@va.gov for further details, as the solicitation will remain open for one year from the posting date on SAM.gov.
    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.
    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.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    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.
    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.