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.
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.