36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
ID: 36C78626Q50027Type: 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, 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.

    Point(s) of Contact
    Olalekan IsmailContracting Officer
    olalekan.ismail@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, National Cemetery Administration, has issued a combined synopsis/solicitation (RFQ 36C78626Q50027) for irrigation maintenance services at Fort Snelling National Cemetery. This 100% Service-Disabled Veteran Owned Small Business set-aside seeks a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year and four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. Offers are due by December 19, 2025, 12:00 PM CST, with a site visit on December 11, 2025. Key requirements include a strong emphasis on maintaining dignity and respect for the cemetery, demonstrating proven irrigation maintenance experience with at least three comparable contracts in the last five years, and providing a resume for a Site Manager with a minimum of three years of supervisory experience. Contractors must be registered with SAM and, for SDVOSBs/VOSBs, certified with SBA Vet Cert. Proposals should include company information, a technical proposal, and pricing submitted on Attachment A. The solicitation outlines various FAR and VAAR clauses, including specific insurance requirements and limitations on subcontracting.
    The document outlines a recurring services contract for the maintenance and repair of an irrigation/sprinkler system over a base year and four option years. The services are categorized into four line items for each year: full system blow-out/winterization, full system start-up, sprinkler head replacement associated with start-up or winterization, and water supply leak repairs. Each service has an estimated quantity (1 EA for blow-out/winterization and start-up, 250 EA for sprinkler head replacement, and 30 EA for water supply leak repairs). The unit prices and extended prices for these services are left blank, indicating that this document is likely a template or a request for proposal (RFP) where vendors would fill in their pricing for each service across the base year and subsequent option years.
    This government Statement of Work (SOW) outlines the requirements for irrigation maintenance and repair services at Fort Snelling National Cemetery. The contract is an Indefinite-Delivery, Indefinite Quantity agreement for one year with four one-year options. The contractor must provide all resources for systematic irrigation system startup, repair, and winterization, ensuring minimal disruption to cemetery operations. Key tasks include fall blow-out/winterization, spring start-up, sprinkler head replacement, and water supply leak repairs. All work must adhere to strict dignity clauses regarding personnel conduct and appearance due to the cemetery's status as a national shrine. The contractor is required to submit a written quality control plan, and communication with the Contracting Officer's Representative (COR) is essential. The government will implement a Quality Assurance Plan to monitor performance, and any deficiencies must be corrected at no additional cost.
    The document outlines sub-contractor participation requirements for government contracts, focusing on federal, state, and local RFPs and grants. It details how prime contractors, categorized by size and socioeconomic status, must report their participation. The document mandates specifying the total contract value and the minimum quantitative requirement (MQR) for various business categories, including Small Businesses, Small Disadvantaged Businesses, Woman-Owned Small Businesses, HUBZone Small Businesses, Veteran-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses. Additionally, it requires a comprehensive list of all sub-contractor participants, including their company name, address, employee name, contact information, business category, product/service provided, NAICS code, and the percentage of work performed based on the total contract value. The primary purpose is to ensure and track the involvement of diverse small business categories in government projects.
    The Past Performance Questionnaire is a crucial document for contractors to submit when bidding on federal, state, local government, or private contracts. It requires contractors to list at least three comparable contracts completed or current within the last five years, demonstrating their experience and capability. The form asks for detailed information for each contract, including the contract number, contractor's details, type of contract, dollar value, award date, type and extent of subcontracting, percentage of work completed by the contractor, a description of the services provided, and contact information for the client. Contractors are instructed to prioritize National Cemetery Administration (NCA) contracts, if any, followed by non-NCA contracts. This questionnaire allows the evaluating entity to assess a contractor's past performance in terms of size, complexity, and scope, which is a critical factor in contract awards.
    This Wage Determination (No. 2015-4945, Revision No. 29, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contract employees in specified counties of Minnesota and Wisconsin, under the Service Contract Act. It details different minimum wage rates based on contract award or renewal dates, referencing Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The document lists numerous occupational classifications with corresponding hourly rates and specifies fringe benefits including health and welfare (with a special rate for EO 13706-covered contracts), vacation, and eleven paid holidays. It also provides guidance on paid sick leave under EO 13706, hazardous pay differentials, uniform allowances, and the conformance process for unlisted occupations using SF-1444. Exceptions for computer employees and specific night/Sunday pay rules for air traffic controllers and weather observers are noted.
    Lifecycle
    Title
    Type
    Similar Opportunities
    36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide irrigation services at Fort Snelling National Cemetery in Minneapolis, Minnesota. The procurement aims to ensure the maintenance and proper functioning of irrigation systems within the cemetery grounds, which is essential for preserving the landscape and honoring the site’s significance. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the NAICS code 561730, which pertains to Landscaping Services. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.
    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.
    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.
    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.
    Willamette National Cemetery Grounds Maintenance Services
    Buyer not available
    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.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Buyer not available
    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.
    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.
    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 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.
    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, with the contract set to commence on January 1, 2026, and extend through December 31, 2030, including four optional renewal years. The contractor will be responsible for comprehensive custodial services, including daily cleaning, restroom maintenance, and periodic deep cleaning, while adhering to strict dignity standards due to the cemetery's status as a National Shrine. This opportunity emphasizes the use of environmentally friendly cleaning products and requires compliance with wage determinations for service contract employees, ensuring fair compensation and benefits. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details and to confirm their eligibility as a Service-Disabled Veteran-Owned Small Business (SDVOSB) as part of the procurement process.
    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 janitorial services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. 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 solicitation process.