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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Buyer not available
    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.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Annapolis and Loudon Park National Cemeteries are in need of Grounds maintenance.
    Buyer not available
    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.
    Landscaping/Tree debris removal services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide landscaping and tree debris removal services at the Augusta VA Medical Center in Georgia. The primary objective of this procurement is to clear downed trees from various buildings and grounds, perform lawn maintenance tasks such as mowing, edging, and debris removal, all to be completed within 60 days of contract award. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is part of the VA's commitment to maintaining its facilities. Interested vendors must submit a capabilities statement and past performance information to Michael Barton at michael.barton@va.gov by 11:00 AM EST on December 11, 2025, as this sources sought notice is for market research purposes and does not guarantee a contract award.
    Open and continuous Solicitation for CNH facilities in Oregon
    Buyer not available
    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.
    36C78626Q50011 Great Lakes Turf Maintenance
    Buyer not available
    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.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide janitorial services at the Omaha National Cemetery in Nebraska. The contract will cover a base period from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. These services are crucial for maintaining the cleanliness and upkeep of the cemetery, which honors veterans and their families. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the procurement process.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which involves significant infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to modernize critical safety elements related to waterways at the cemetery. Interested contractors must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a mandatory pre-bid site visit on September 16, 2025. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Buyer not available
    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 services are crucial for maintaining the cleanliness and upkeep of the cemetery, which honors veterans and their families. 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 presolicitation notice.
    Great Lakes Turf Maintenance -- S208
    Buyer not available
    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.