This contract is for supplying Tall Fescue Turfgrass Sod and Sod Blend of Trophy mix seed to Dayton National Cemetery for grounds maintenance. The National Cemetery Administration requires these materials to uphold the cemetery's appearance as a National Shrine, honoring veterans. The contractor must provide certified high-quality grass seed (1,000 lbs annually, typically March/April) and Tall Fescue Turfgrass Sod (20,000 sq ft estimated, monthly deliveries from March to November). Specific quality standards for both seed and sod are detailed, including purity, germination rates, and physical characteristics. Deliveries are typically within 7 business days of an order. The contractor is responsible for preventing damage to cemetery property, avoiding heavy equipment in burial sections, cleaning up work areas, and maintaining high standards of personnel conduct and respect for the cemetery's solemn purpose. The cemetery handles soil preparation and post-delivery maintenance. Work is restricted to federal workdays, 7:30 am to 4:00 pm, excluding federal holidays. Safety protocols, including adherence to VA, NCS, and OSHA regulations, are mandatory, and the contractor must maintain liability insurance.
The "Sod and Seed Dayton National Cemetery" document outlines a procurement for sod and seed supplies over a base year and four option years. The consistent quantities for each year include 45 pallets of Tall Fescue Turfgrass Sod (480 sqft per pallet) and 1,000 pounds of Fescue Mix Seed. The document lists line items (CLINs) for each product and year, indicating estimated quantities and units. While the structure provides spaces for "UNIT PRICE" and "TOTAL PRICE" for each item and year, all price fields, including "BASE TOTAL," "OY1 TOTAL," through "OY4 TOTAL," and the "CONTRACT GRAND TOTAL," are marked as $0.00. This suggests the document serves as a detailed outline of the required materials and quantities for the base period and potential extensions, with pricing information to be filled in later stages of the RFP or contract process.
The Department of Veterans Affairs, National Cemetery Administration, has issued a combined synopsis solicitation (36C78625Q50240) for Sod Delivery to Dayton National Cemetery. This is a 100% Small Business Set-Aside, with a NAICS code of 111421 (Nursery and Tree Products). The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type, with a one-year base period and four one-year options. The guaranteed minimum is $1,000, and the maximum aggregate value is $80,000. Quotes are due by August 28, 2025, at 4 PM EST and must be submitted via email to April.Graves@va.gov in three separate PDF documents: Administrative, Technical Proposal, and Pricing. The evaluation will be based on the Lowest Price Technically Acceptable criteria. Key requirements include proof of valid driver's/CDL licenses for delivery staff and adherence to strict guidelines for respecting headstones and markers in the cemetery.
This document is a Sources Sought Announcement for potential contractors interested in providing cemetery maintenance services for the Dayton National Cemetery (DNC). It is not a solicitation or request for proposals, instead serving as a market research tool to identify qualified Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses. The NAICS code for this acquisition is 111421 for Nursery and Tree Production.
Interested parties are encouraged to submit their qualifications, contact information, and relevant business details by April 28, 2025. The primary service required involves supplying Tall Fescue Turfgrass Sod and a sod blend of Trophy mix seed. Contractors must deliver 1,000 pounds of the grass seed annually and approximately 20,000 square feet of sod during the growing season, typically between March and November. Specifications for quality and delivery timelines are outlined, with an emphasis on high-quality grass products. The announcement emphasizes the need for documentation of capabilities to ensure contractors possess the expertise to fulfill the requirements of the contract while providing feedback on the salient characteristics of the work needed.