36C78624R50386 -- C213
ID: QSE--36C78624R50386Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Environmental Consulting Services (541620)

PSC

ARCHITECT AND ENGINEERING- GENERAL: INSPECTION (NON-CONSTRUCTION) (C213)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, through the National Cemetery Administration (NCA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Annual Workplace Evaluations (AWEs) and Industrial Hygiene (IH) monitoring support across approximately 135 national cemeteries. The objective of this procurement is to ensure compliance with OSHA and VA safety standards by engaging a contractor with expertise in health and safety to conduct comprehensive evaluations and provide recommendations for hazard mitigation. This initiative is crucial for maintaining a safe working environment for NCA staff and visitors, reflecting the government's commitment to occupational safety. Interested contractors must submit their proposals by the specified deadline, with the contract period commencing on October 1, 2024, and lasting through September 30, 2025, including four optional renewal years. For further inquiries, potential bidders can contact Contract Specialist Paul Zagaruyka at paul.zagaruyka@va.gov.

    Point(s) of Contact
    Paul ZagaruykaContract Specialist
    paul.zagaruyka@va.gov
    Files
    Title
    Posted
    The document provides a comprehensive list of national cemeteries across the United States, including their statuses—open, closed, or cremains only—along with corresponding addresses and ZIP codes. It identifies various locations such as Sitka National Cemetery in Alaska and Fort Bliss National Cemetery in Texas, detailing specific contact information related to each site. The National Cemetery Administration (NCA) oversees these locations, which serve as memorials for veterans and their families. The document also references various Memorial Service Network Offices, indicating structured administrative support for cemetery management. This categorization plays a vital role in federal oversight and state/local RFPs or grants related to veteran affairs, ensuring the proper maintenance and accessibility of these remembrance sites. Overall, this database serves as a crucial resource for identifying lieu sites dedicated to honoring military personnel while facilitating government planning and assistance initiatives.
    The NCA Cemetery Operations Standard Operating Procedures 41-SOP-021 outlines guidelines for managing cemetery operations within the National Cemetery Administration. The document emphasizes the need for adherence to federal and local regulations while ensuring respectful treatment of interred veterans and their families. Key areas covered include operational protocols for burial services, maintenance of cemetery grounds, and compliance with safety and health regulations. It details personnel responsibilities, necessary equipment, and standard practices designed to safeguard both personnel and patrons. The procedures also address the importance of communication between staff and the families of the deceased, ensuring that all interactions uphold the dignity of the services provided. Additionally, the SOP underscores the significance of training and continuous evaluation of cemetery operations to uphold best practices and respond effectively to challenges. Overall, the document serves as a critical framework for the operational efficiency and integrity of cemetery management, reflecting the government's commitment to honoring veterans through professional and respectful service.
    The document outlines responses to questions related to Request for Proposal (RFP) 36C78624R50386 for inspections associated with National Cemeteries and their administrative buildings. The main point discusses the annual inspection requirements, with a total of 135 inspections stipulated due to varying activity levels among 97 National Cemeteries and smaller associated sites that necessitate less frequent inspections. Furthermore, the RFP clarifies that each National Cemetery and its associated administrative buildings will be subject to a single inspection, even if they are located close to one another. The TPO aims to clarify the rationale behind the inspection scheduling and address concerns related to the unique addresses listed in the solicitation, ensuring consistency in how inspections are managed across different sites.
    The document comprises a series of questions and answers related to the RFQ 36C78624R50386, addressing requirements for a solicitation involving industrial hygiene (IH) monitoring and exposure assessments at National Cemetery Administration (NCA) facilities. Key topics include clarification on the submission format for past performance references, the scope of testing for various contaminants, and specifics around the qualifications required for personnel conducting assessments. The NCA specifies that contractors must provide five past performance references for both prime and subcontractors and address various sampling and assessment methodologies regarding air quality, noise exposure, and hazardous materials like lead and asbestos. The NCA emphasizes adherence to OSHA standards and the importance of site-specific evaluations. Clarifications also touch on logistical considerations, such as scheduling and reporting obligations, while reaffirming that subcontractor experience may be considered in evaluations. This document serves as a vital resource for potential bidders, helping them understand submission requirements and project expectations in the context of federal RFP processes.
    The document serves as an amendment to solicitation number 36C78624R50386 from the National Cemetery Administration, specifically regarding contracting services. Effective August 30, 2024, this modification includes the posting of answers to queries received up to August 29, 2024, which can be found in the attached document referenced in Section 3. The amendment clarifies that the time frame for receiving offers is not extended and outlines procedures for acknowledging receipt of the amendment, which is critical to avoid the rejection of offers. It emphasizes the importance of timely communication in the bidding process, ensuring compliance with established guidelines. Furthermore, the amendment maintains continuity and validity of the original document's terms and conditions, underscoring that except for the current changes, all previous agreements remain in effect. This document exemplifies standard practices in the federal RFP process, ensuring transparency and clarity in communication between the government and potential contractors.
    The solicitation number 36C78624R50386 is a Request for Proposal (RFP) issued by the National Cemetery Administration (NCA) under the Department of Veterans Affairs. It is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a focus on providing Annual Workplace Evaluations (AWEs) and Industrial Hygiene (IH) monitoring support for NCA facilities. The RFP covers a base period from October 1, 2024, to September 30, 2025, with four optional renewal years. The contractor is responsible for conducting comprehensive safety evaluations at approximately 135 national cemeteries, ensuring compliance with OSHA and VA standards. The work involves hazard assessments, the creation of evaluation reports, and the coordination of logistics for multiple site visits. Key phases include conducting an AWE program review, executing a full cycle of AWEs, and completing IH monitoring and exposure assessments. Qualified personnel with relevant certifications, such as Certified Industrial Hygienists or Safety Professionals, are required to effectively execute the tasks. Overall, this procurement aims to enhance safety measures within the NCA, ensuring a healthy workplace for staff and visitors, while promoting compliance with federal safety regulations.
    The document is an amendment to a solicitation identified by number 36C78624R50386, issued by the National Cemetery Administration for contracting services. Effective from August 30, 2024, this amendment addresses inquiries received up to August 29, 2024, and outlines requirements for contractors to acknowledge receipt of the amendment. It specifies that offers must reference the amendment to avoid rejection. The document includes administrative details such as the contractor's address and contact information, while it confirms that all other terms and conditions from the original document remain unchanged. An attachment titled "QandA through August 29.docx" is added, which presumably includes the questions and answers related to the solicitation. This amendment reflects standard procedures in federal contracting, facilitating clear communication and enabling potential bidders to submit informed offers for government contracts.
    The document is an amendment (0002) to the solicitation number 36C78624R50386 issued by the National Cemetery Administration (NCA) on September 12, 2024. The amendment addresses questions submitted by contractors regarding the initial solicitation, with a revised project description relating to NCA AWE and IH Support Base. Notably, the solicitation date has been modified, and the contractor is required to acknowledge this amendment by submitting their response before the designated deadline to avoid rejection of their offer. The amendment also includes the addition of a new document titled "QandA through September 9 2024," which contains responses to inquiries made prior to the submission deadline. Overall, the changes aim to clarify the solicitation details and ensure that potential bidders have the necessary information to proceed with their offers.
    Lifecycle
    Title
    Type
    36C78624R50386 -- C213
    Currently viewing
    Solicitation
    Similar Opportunities
    V112--HAZARDOUS WASTEPICK UP AND DISPOSAL FY25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hazardous waste pick-up and disposal services at the Hampton VA Medical Center in Virginia. The contract requires qualified contractors, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to manage the collection and disposal of hazardous and universal waste, ensuring compliance with federal and state regulations. This service is crucial for maintaining environmental safety and regulatory adherence in healthcare settings, with the contract valued at approximately $47 million and spanning from October 1, 2024, through fiscal year 2029. Interested bidders should contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details and to ensure their proposals align with the outlined requirements.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    36C78624Q50393 l BioChar l PCD-904 -- 8720
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the National Cemetery Administration, is seeking proposals for the procurement of Biochar Medium Particle 3MM, or an equivalent compost material, for use at the Santa Fe National Cemetery. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the delivery of 1,250 cubic foot bags of biochar, which will serve as a soil conditioner and fertilizer to maintain the cemetery's grounds and uphold its memorial standards. Compliance with U.S. EPA certifications and strict quality assurance measures is essential, with a delivery timeline of ten days following order receipt. Interested vendors should contact Ralph Crum at ralph.crum@va.gov, with proposals due by September 23, 2024.
    F108--VISN Wide Regulated Medical Waste | NCO 4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 4 (NCO 4), is seeking proposals for regulated medical waste services across various Veterans Affairs Medical Centers (VAMCs) and clinics in Pennsylvania. The procurement aims to ensure the safe collection, transportation, sterilization, and disposal of regulated medical waste (RMW), which includes materials contaminated with blood or infectious agents, thereby enhancing compliance with health and safety regulations. This initiative is crucial for maintaining environmental and public health standards within healthcare facilities serving veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contracting Officer Ashley Zeccardo at ashley.zeccardo@va.gov or call 484-576-6002 for further details. The contract is structured as an Indefinite Delivery Vehicle, with performance periods beginning October 1, 2024, and extending through September 30, 2029.
    9930--OFF-SITE MANUFACTURE OF BLANK (L1) FOR NATIONWIDE DISTRIBUTION FOB Origin
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its National Cemetery Administration, is seeking proposals for the off-site manufacture and nationwide distribution of blank L1 granite markers intended for the graves of veterans. This procurement aims to support on-site inscription programs at national cemeteries, ensuring that the granite markers meet specific quality standards for material composition, durability, and aesthetics. The contract, set to run from October 1, 2024, to September 30, 2025, with four optional one-year renewals, emphasizes the importance of past performance, quality assurance, sample submission, and price in the evaluation process. Interested small businesses must submit their proposals by September 19, 2024, and direct inquiries by September 12, 2024, with all relevant documents available for download at https://sam.gov.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    R614--Base Plus 4 Option Periods: (10/01/2024 - 09/30/2029) Document Destruction Services at Edward Hines Jr VA Hospital and its associated CBOCs.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Document Destruction Services at the Edward Hines Jr VA Hospital and its associated Community-Based Outpatient Clinics (CBOCs) for a contract period from October 1, 2024, to September 30, 2029. The primary objective is to secure a contractor capable of providing comprehensive shredding services for sensitive documents, ensuring compliance with VA Directive 6371 and federal regulations regarding document retention and destruction. This contract, valued at an estimated total of $16.5 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), highlighting the VA's commitment to supporting veteran-owned enterprises. Proposals are due by September 27, 2024, at 12:00 PM Central Time, and interested parties should direct inquiries to Contract Specialist Scott D Sands at Scott.Sands2@va.gov.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract for Regions 1-4, with an estimated contract value of $16 million. The procurement aims to engage contractors to provide comprehensive medical evaluations for veterans, ensuring adherence to quality standards and regulatory compliance in the assessment process. These examinations are critical for determining veterans' eligibility for disability benefits, reflecting the government's commitment to delivering timely and effective healthcare services to service members. Interested vendors must submit their proposals by 09:00 AM ET on September 23, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov.
    White City VAMC Damper and Detector Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for fire safety damper and detector inspection services at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The contract, identified as solicitation number 36C26024Q0934, requires comprehensive inspections of smoke, heat, and duct smoke detectors in compliance with National Fire Protection Association (NFPA) standards, ensuring the safety and operational integrity of the facility's fire safety systems. This initiative underscores the VA's commitment to maintaining high safety standards in healthcare environments while promoting engagement with Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The total award amount for this contract is $41.5 million, with quotes due by September 23, 2024, and inquiries accepted until September 13, 2024; interested parties should contact Brian Millington at brian.millington@va.gov for further information.
    S205-- ELP VA SOLID WASTE DISPOSAL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for solid waste disposal services at the El Paso VA Health Care System, with a contract valued at approximately $47 million. The procurement requires the contractor to provide a self-contained 30-yard compactor and a 30-yard roll-off container, ensuring timely waste pick-up and compliance with federal and state regulations. This contract is crucial for maintaining efficient waste management operations at the healthcare facility, supporting the overall mission of providing quality care to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by October 2, 2024, with services expected to commence on November 1, 2024, and the contract potentially extending for up to five years. For further inquiries, contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or (254) 922-1975.