Total Cemetery Operations -- S208
ID: QSE--36C78624Q50350Type: Presolicitation
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 (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide total cemetery operations at the Port Hudson National Cemetery in Zachary, Louisiana. The procurement includes comprehensive grounds maintenance services, such as headstone cleaning, turf management, interment operations, and janitorial duties, structured over a base year with four option years. This initiative underscores the government's commitment to maintaining national shrines that honor veterans, ensuring dignity and respect in the care of their resting places. Interested parties must submit their quotes by September 13, 2024, at 3:00 PM CST, and can direct inquiries to Ralph Crum at ralph.crum@va.gov. The contract has a guaranteed minimum value of $5,000 and a maximum aggregate value of $3,500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the responses to vendor inquiries regarding a federal Request for Proposal (RFP) related to maintenance services at a National Cemetery, specifically focusing on tasks such as headstone cleaning and turf management. Key points include that the cemetery will not provide waste containers, but it will allow storage space for contractor equipment. Contractors must complete headstone cleanings before Memorial Day, with two cleanings scheduled annually. The government stipulates one aeration per year and de-thatching as needed, based on turf health and discretion of the Contracting Officer's Representative (COR). A detailed fertilizer program must be developed, including specific application timings throughout the growing season and pest control measures for fire ants. The contractors are also required to pick up delivered headstones and maintain the grounds, which includes mowing near private cemetery areas. Overall, the RFP emphasizes adherence to established maintenance standards and proper scheduling for seasonal tasks to uphold the cemetery's aesthetics and functionality.
    The document outlines the parameters of a contract, specifying a guaranteed minimum amount of $5,000 for its duration and a maximum aggregate value of $3,500,000, which includes five one-year ordering periods. The government does not guarantee any orders beyond this minimum amount. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, including both service and construction task orders, each subject to relevant wage rates under the Service Contract Act and the Davis Bacon Act. Task orders will be issued separately, emphasizing the segmented nature of service and construction provisions within the contract framework. This structure indicates the government's approach to managing expenditures and ensuring compliance with labor standards across different phases of work.
    The Dignity Clause outlines essential protocols for contractor personnel working in national cemeteries, emphasizing the utmost respect and care for headstones, markers, and the remains of individuals commemorated there. Key provisions include prohibitions against walking or placing tools on grave markers, the requirement for contractors to replace any damaged funeral markers, and responsibilities regarding any exposure or damage to remains during work. Contractors must ensure that all employees understand these guidelines and provide a signed statement of compliance before commencing any work. The document serves to uphold the integrity and dignity of these sacred sites, reflecting the federal government's commitment to honoring the sacrifices of service members and their families through proper treatment of their resting places.
    This document serves as an addendum to FAR 52.212-1, providing guidelines for offers on a competitive federal contract. It outlines essential instructions for proposal preparation, including compliance with submission requirements and deadlines, the need for complete documentation, and adherence to technical acceptability factors. The proposals will be evaluated based on the lowest price that meets technical standards, with a firm pricing period of 60 days post-solicitation. Factors such as past performance, a post-award conference, and contact information for clarifications are also addressed. Technical evaluation factors necessitate detailed responses about management capabilities, performance plans, and staffing and equipment resources. Specific operational needs for cemetery maintenance, including landscaping and janitorial services are listed to guide offerors in demonstrating their expertise. The evaluation process emphasizes a structured review of proposals to identify the successful offeror without further negotiations, but allows for potential discussions if beneficial for the government. This solicitation signifies a formal approach to ensure quality service management within government contracts, particularly in cemetery operations.
    The document outlines wage determination for building construction projects in East Baton Rouge County, Louisiana, under the Davis-Bacon Act and relevant Executive Orders. It presents required minimum wage rates for various labor classifications for contracts initiated or extended after specific dates. Contracts awarded from January 30, 2022, must pay at least $17.20 per hour, while those awarded earlier maintain a minimum of $12.90. The wage rates for laborers in multiple classifications (e.g., electricians, plumbers, roofers, laborers) are specified along with associated fringe benefits. Additionally, it provides a framework for addressing unlisted classifications through a conformance request. The document also highlights the appeals process for wage determinations, promoting adherence to both wage and worker protection standards found in connected Executive Orders. Overall, the document reinforces the federal government's commitment to fair labor practices in public construction projects, ensuring that employees receive adequate compensation and benefits.
    The document is a Wage Determination issued by the U.S. Department of Labor pertaining to contracts under the Service Contract Act. It specifies minimum wage rates for various occupations in specific Louisiana parishes and incorporates requirements from Executive Orders 14026 and 13658, which mandate higher pay rates based on contract dates. For contracts awarded or extended after January 30, 2022, the minimum wage is set at $17.20 per hour. Workers may also receive defined fringe benefits, including health and welfare compensation. The determination lists various occupational codes and corresponding wage rates, indicating that employees in specified classifications receive minimum benefits, while detailing the necessary processes for unlisted classifications to be conformed. Additionally, it outlines paid sick leave provisions under Executive Order 13706 and guidelines regarding uniform allowances. The document ultimately serves to ensure compliance with federal wage regulations and worker protections, providing a framework for contractors in federal solicitations and grants.
    The document outlines a series of services related to cemetery maintenance under a federal Request for Proposals (RFP). It includes tasks such as grounds maintenance, sunken grave repair, headstone cleaning and maintenance, alignment adjustments, interment services, and janitorial duties. Specific quantities for each service are detailed, with a notable emphasis on the maintenance of upright headstones, which require attention for over 13,000 graves, occurring biannually. The RFP indicates compliance with the Davis-Bacon Act concerning wage regulations for contracted work. Each outlined service has a defined timeline, spanning multiple years with options for extensions. The structure indicates a well-organized proposal divided into line items for clarity and ease of response. This document is crucial for contractors bidding on cemetery maintenance projects, reflecting government priorities in maintaining veteran and municipal cemeteries while ensuring compliance with labor laws and delivering quality care for the gravesites.
    The Performance Work Statement (PWS) outlines the requirements for a performance-based service contract for cemetery operations and maintenance at the Port Hudson National Cemetery in Zachary, Louisiana. The document emphasizes the mission of the National Cemetery Administration to honor veterans by maintaining the cemetery as a dignified and serene National Shrine. The contractor will be responsible for various services, including interment operations, grounds maintenance, headstone maintenance, and janitorial services. Key objectives include upholding high standards of appearance, utilizing innovative management techniques, and ensuring compliance with the established performance standards. The contractor is expected to develop a detailed performance plan, maintain satisfactory conduct, and adhere to regulations regarding employee behavior. Safety measures and environmental protection are highlighted, with clear guidelines on handling hazardous materials. The document details contractor responsibilities, including obtaining necessary permits, managing employee conduct, and maintaining communication with government representatives. Overall, the PWS serves as a comprehensive framework for managing cemetery services, underlining the importance of respect and dignity in every aspect of the work performed.
    The document serves as an amendment to solicitation 36C78624Q50350 issued by the National Cemetery Administration, specifically addressing grounds maintenance services for the Port Hudson National Cemetery. The amendment, effective September 9, 2024, provides answers to vendors' questions and includes the vendor site visit sign-in sheet. It extends the deadline for quote submissions to September 13, 2024, at 3:00 PM CST. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. The amendment maintains all original terms and conditions except where specifically altered by this modification. This document emphasizes the government's commitment to transparent communication with potential contractors and the importance of adhering to specified timelines in the contracting process.
    The document outlines a solicitation for a performance-based service contract for grounds maintenance and associated services at the Port Hudson National Cemetery in Zachary, Louisiana. The scope includes tasks such as landscaping, gardening, interment, headstone maintenance, and janitorial services, structured over a base year with four option years. The contractor must adhere to strict standards of dignity and respect for the site, ensuring no damage to headstones or remains during operations. The contract guarantees a minimum value of $5,000 and a maximum of $3,500,000 over its duration, allowing flexibility in service delivery and pricing models. The National Cemetery Administration emphasizes the maintenance of national shrines to honor veterans, reflecting national respect and care in operational execution. The solicitation sets a clear framework for service delivery, requiring compliance with specific labor laws like the Davis-Bacon Act and the Service Contract Act.
    The document is an amendment to solicitation number 36C78624Q50350, pertaining to grounds maintenance services for the Port Hudson National Cemetery, issued by the National Cemetery Administration. Effective from September 9, 2024, this amendment serves to provide answers to vendor questions and includes the vendor site visit sign-in sheet. The deadline for submissions of quotes has been extended to September 13, 2024, at 15:00 CST. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered, with specific methods outlined for acknowledging the amendment. The amendment maintains all other terms and conditions of the original solicitation intact. This document reflects the ongoing process of federal contracting, where clear communication and adherence to deadlines are crucial for awarding government contracts. The timely update and extension indicate a responsive approach to vendor inquiries, facilitating better procurement outcomes.
    Lifecycle
    Similar Opportunities
    9930--Grave liners Jefferson Barracks National Cemetery
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified small businesses to provide grave liners and installation services at Jefferson Barracks National Cemetery in St. Louis, MO. This procurement is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base year and four optional one-year extensions, totaling five years of service. The grave liners are essential for memorializing veterans, reflecting the government's commitment to honoring their service. Interested parties must submit their offers by September 6, 2024, and direct any inquiries to the Contracting Officer, Olalekan Ismail, via email at olalekan.ismail@va.gov by August 30, 2024, at 2:00 PM EST.
    Notice of Intent to Sole Source. Furnish all labor, supervision, equipment, materials & supplies necessary to provide Grounds Maintenance Services at Albany Rural Cemetery Soldiers Lot. -- S208
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to issue a Sole Source Award for Grounds Maintenance Services at the Albany Rural Cemetery Soldiers Lot in Albany, New York. The procurement requires the selected contractor to furnish all labor, supervision, equipment, materials, and supplies necessary for maintaining the cemetery grounds, emphasizing the importance of specialized services for veterans' memorials. The contract is set to run from October 1, 2024, to September 30, 2025, with an estimated total value of $19,200, and interested parties must express their interest and submit offers by September 20, 2024. For inquiries, contact Hugh O'Neil at hugh.oneil@va.gov.
    Sources Sought Jefferson Barracks Aggregate and Sod Delivery -- 9999
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Sources Sought opportunity related to the delivery and installation of aggregate and sod at the Jefferson Barracks National Cemetery in St. Louis, Missouri. The procurement involves providing new sod, topsoil, compost, and sand, with a contract structured as an Indefinite Delivery Indefinite Quantity (IDIQ) for the base year plus four option years, contingent upon the availability of FY25 funds. This initiative is crucial for maintaining the cemetery's standards as a national shrine honoring veterans, requiring strict adherence to operational procedures to ensure no disruption to cemetery activities. Interested parties must submit their capability statements and compliance documents via email to April Graves at april.graves@va.gov by September 30, 2024.
    Grounds maintenance services at the San Joaquin Valley National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    Sources Sought Notice Only: Grounds maintenance services at the San Joaquin Valley National Cemetery. The Department of Veterans Affairs is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide grounds maintenance services at the cemetery. These services include maintaining the grounds, supporting ceremonies, and ensuring the overall upkeep of the cemetery. Interested companies capable of performing these services should email their statement of interest to Ralph.Crum@va.gov. The place of performance is located at the San Joaquin Valley National Cemetery in Santa Nella, California, United States.
    Grounds Maintenance for the Los Angeles National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    Sources Sought Notice Only - Grounds Maintenance Services at the Los Angeles National Cemetery. This procurement is being conducted by the VETERANS AFFAIRS, DEPARTMENT OF. The service being procured is Grounds Maintenance Services, specifically for the Los Angeles National Cemetery. Grounds Maintenance Services typically involve the upkeep and maintenance of outdoor areas, including landscaping, mowing, trimming, and general groundskeeping tasks. The Los Angeles National Cemetery is located in Los Angeles, California, in the United States. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the set-aside code SDVOSBC. The NAICS code for this procurement is 561730, which corresponds to Landscaping Services. The PSC code is S208, which falls under the category of HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING. For more information, interested parties can contact Ralph Crum at ralph.crum@va.gov.
    PRESOLICITATION NOTICE: Grounds maintenance services at the Bakersfield National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    Sources Sought Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking Grounds maintenance services at the Bakersfield National Cemetery. This service is typically used for maintaining the grounds and overall appearance of the cemetery. The service requirements include gravesite maintenance, tree and shrub maintenance, irrigation system management, stormwater/drainage system maintenance, trash removal, pavement upkeep, ice prevention/snow removal, maintaining structures, and headstone services. Interested parties should submit a statement of interest and capability to Ralph.Crum@va.gov by 6/21/2024.
    Z2PZ--Construction of a Gold Star Memorial for the Richard A. Pittman VA Clinic at French Camp, CA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services for a Gold Star Memorial at the Richard A. Pittman VA Clinic in French Camp, CA. This project, which is set aside for eligible NCO 21, MACC GROUP 2 IDIQ contract holders, involves the construction of a memorial honoring families of fallen veterans, with a budget estimated between $250,000 and $500,000. The successful completion of this project is significant as it enhances the clinic's outdoor environment and fulfills the VA's commitment to honoring service members and their loved ones. Proposals are due by 8:00 AM PT on October 9, 2024, and interested parties must contact Contract Specialist Rosario Chaidez at rosario.chaidez1@va.gov for further information.
    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.
    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.
    G001--Mortuary Services for Central Alabama VA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide mortuary services for the Central Alabama VA Health Care System (CAVHCS). The services required include the handling of unclaimed remains of deceased veterans, which encompasses facilities, licensed personnel, transportation, and adherence to hygienic practices within a 250-mile radius of CAVHCS. This initiative underscores the VA's commitment to honoring veterans by ensuring respectful and dignified mortuary services, with a contract duration of one base year and four one-year options starting November 1, 2024. Interested parties must respond to the Sources Sought Notice by September 19, 2024, at 1:00 PM ET, and are required to be registered in the System for Award Management (SAM) at SAM.gov. For further inquiries, vendors can contact Contracting Officer Lasonja Harvey at lasonja.harvey@va.gov or by phone at 478-272-1210 x3112.