Y1QA--861CM3011: Facility Condition Assessment (FCA) Deficiencies Corrections Repairs, Mill Springs National Cemetery
ID: 36C78625B0010Type: Presolicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to address deficiencies identified in the Facility Condition Assessment (FCA) at Mill Springs National Cemetery. The project involves comprehensive renovations and repairs, including updates to the Maintenance Building, road resurfacing, and various site improvements, all aimed at enhancing the cemetery's infrastructure while ensuring compliance with local, state, and federal regulations. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $1,000,000 and $5,000,000, and a performance period of 270 days from the notice to proceed. Interested bidders must submit sealed proposals by April 7, 2025, and can contact Clarelle Sylvain at clarelle.sylvain@va.gov for further information.

    Point(s) of Contact
    Clarelle SylvainContracting Officer
    (813) 972-7589
    clarelle.sylvain@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a request for proposals (RFP) for a firm-fixed-price contract aimed at correcting deficiencies at the Mill Springs National Cemetery. The project entails renovating and expanding Maintenance Building 3001 and repairing repaved asphalt roads, ensuring compliance with local, state, and federal regulations. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires bidders to be SBA VetCert verified. The estimated contract value is between $1,000,000 and $5,000,000, with a performance period of 270 days from the notice to proceed. An organized pre-bid site visit is scheduled, and contractors must submit sealed bids by the specified deadline, including required documents such as a bid bond. The document outlines crucial information regarding eligibility, requirements for bonds, and conditions for subcontracting. Key provisions include assurance of a 100% SDVOSB compliance in subcontracting and adherence to the Buy American Act for construction materials. The comprehensive plan highlights the VA's commitment to supporting veteran-owned businesses while ensuring quality and regulatory compliance in construction endeavors.
    The document outlines an amendment to a solicitation for the Facility Condition Assessment (FCA) Deficiencies Corrections Repairs project at Mill Springs National Cemetery, managed by the Department of Veterans Affairs (VA). It specifies the administrative details, such as the need for contractors to acknowledge receipt of the amendment prior to submission deadlines. The primary change includes adding Clause 52.223-23 regarding Sustainable Products and Services, effective May 2024, with a deviation noted for February 2025. Despite these modifications, the Request for Information (RFI) and the closing date remain unchanged. It emphasizes that all other terms and conditions from the original solicitation remain in effect. This amendment aims to ensure compliance with sustainability standards while facilitating the correction of identified deficiencies at the cemetery. Overall, the amendment underlines the VA's commitment to maintaining high standards in operations and services while promoting environmentally sustainable practices.
    The document is an amendment to a government solicitation related to a project for Facility Condition Assessment (FCA) deficiencies and repair services at Mill Springs National Cemetery, administered by the Department of Veterans Affairs. The amendment modifies the price schedule by deleting specific sub-items (ITEM I through ITEM XIII) from the original bid proposal. Despite this change, the overall solicitation details, including the request for information (RFI) and submission deadline, remain unchanged. The contractor is required to provide management and labor for comprehensive construction services necessary to correct identified deficiencies, with a contract period of performance set at 270 calendar days from the notice to proceed. The contract will be awarded to the lowest responsive bidder based on the grand total base bid amount. This document showcases the government's structured approach to managing contract modifications within the framework of federal procurement processes, ensuring compliance and transparency in bidding procedures.
    This document is a modification notice for an amendment related to the solicitation for a project at Mill Springs National Cemetery. It announces the extension of the bid response and opening date from March 19, 2024, at 10 AM EST to April 7, 2025, at 10 AM EST. The project focuses on correcting and repairing deficiencies identified in a Facility Condition Assessment (FCA). The document indicates that all other terms and conditions of the solicitation remain unchanged. The notice is issued by the Department of Veterans Affairs, specifically the National Cemetery Administration, and is signed by the contracting officer, Clarelle De Sylvain. This modification aims to ensure that potential bidders have adequate time to prepare their proposals in response to the solicitation for work at the cemetery.
    This document serves as an amendment to solicitation 36C78625B0010 for the Facility Condition Assessment (FCA) deficiencies corrections and repairs at Mill Springs National Cemetery, administered by the Department of Veterans Affairs National Cemetery Administration. The primary purpose of this modification is to address questions raised during the Request for Information (RFI) phase and to extend the deadline for bid submissions to April 7, 2025, at 10 AM EDT. While the amendment includes clarifications, it confirms that all other terms and conditions of the initial solicitation remain unchanged. The contracting officer, Clarelle De Sylvain, oversees this amendment, ensuring that potential bidders are informed of these updates and have access to the attached questions and answers document for further clarification. This amendment exemplifies standard practices in governmental procurement processes, prioritizing transparency and engagement with bidders.
    The IFB Contractor Cost Estimate Worksheet is designed for contractors to prepare financial estimates for specific Task Order Projects within government contracts. The worksheet includes sections for various construction divisions, detailing unit measures, quantities, and costs. Each division from general requirements to specialized construction elements is accounted for, and contractors must provide lump sum estimates, marking any unused divisions with "N/A." Additionally, the worksheet requests input on overhead rates, profit margins, and any applicable insurance or bonding costs. The total construction cost is derived from subtotals across divisions, including mechanical, electrical, and plumbing components. This structured approach ensures all pertinent costs are captured to produce a comprehensive estimate for governmental projects. By facilitating detailed financial planning, the worksheet aids in maintaining budgetary integrity and clarity in project proposals, aligning with government procurement processes and compliance requirements.
    This document outlines the request for proposals (RFP) and construction specifications for the Mill Springs National Cemetery, specifically targeting deficiencies identified in the Cemetery Facility Condition Assessment (FCA). Managed by the U.S. Department of Veterans Affairs, the project, designated as VA Project No. 861CM30011, aims to improve infrastructure and facilities within the cemetery. The document details various divisions covering general requirements, existing conditions, construction materials, and methods, including demolition, concrete, masonry, and electrical work. It emphasizes compliance with safety regulations and environmental controls, including fire safety measures and waste management. Specific construction requirements detail responsibilities for the contractor, including site preparation, security, and adherence to schedules, underscored by the need for a network analysis schedule (Gantt Chart) for monitoring progress. Furthermore, it mandates engagement with the VA Contracting Officer's Representative to ensure alignment with project goals. Overall, this RFP reflects the federal government's commitment to maintaining national cemeteries and improving facilities for veterans while adhering to safety and environmental standards.
    The document outlines the contractor's Requests for Information (RFI) related to the Mill Springs National Cemetery project, specifically addressing deficiencies and clarifications for the scope of work outlined in project number 36C78625B0010. Key inquiries involve pricing for alternate work, the nature of curb designs, refinishing existing benches, and certifications for lightning protection. The responses confirm that restoration work pertains to all sides of specified structures and specify contractor responsibilities regarding coordination with service providers like USBronze. The contractor is required to handle existing materials carefully and utilize on-site utilities responsibly. The document also clarifies operational aspects such as work hours, conditions for restroom access, and maintaining the integrity of existing drainage systems. Additionally, it details expectations for contractor submittals, project timelines, and standard operational procedures to ensure compliance with Federal regulations and VA standards, including quality control and restoration processes. This document serves as a vital communication tool ensuring all parties involved in the project are aligned on obligations, expectations, and the scope of work, reflecting the precision and formal structure typical of federal and state construction contracts.
    This document outlines wage determinations for building construction projects in Pulaski County, Kentucky, effective January 3, 2025. It specifies compliance with the Davis-Bacon Act and relevant Executive Orders, dictating minimum wage rates based on contract inception dates. For contracts starting on or after January 30, 2022, a minimum wage of $17.75 per hour applies. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 unless a higher rate is specified. The document details prevailing wage rates for various construction roles, including positions such as electricians, laborers, and ironworkers, alongside their corresponding fringe benefits. It specifies classifications that must adhere to union rates or state-adopted rates depending on local agreements. Moreover, it outlines the wage determination appeals process, instructing parties on how to contest decisions related to wage classifications and rates. This summary serves to inform contractors and workers of their wage obligations and rights under federal labor laws, ensuring compliance and fair labor practices in federally funded construction endeavors. The document is vital for maintaining workforce standards and regulations across government contracts.
    The document outlines the General Decision Number KY20250058, effective January 3, 2025, related to heavy construction projects in specific counties of Kentucky, including wage determinations under the Davis-Bacon Act. It clarifies the minimum wage rates contractors must pay their workers, contingent upon contract dates and renewal terms outlined in Executive Orders 14026 and 13658. The document provides detailed wage rates and fringe benefits for various construction classifications, including carpenters, laborers, and equipment operators, emphasizing the need for compliance with wage determinations and necessary classification requests. Also mentioned are requirements for paid sick leave for federal contractors under Executive Order 13706. The categories of wage rates are classified into union, survey, or state-adopted rates, along with an appeals process for wage determination disputes. This document serves essential guidance for contractors seeking to comply with federal wage laws as part of RFPs and funding from government grants, ensuring fair labor practices in public construction projects.
    The document outlines wage determination details for highway construction projects in Kentucky, under the jurisdiction of the Davis-Bacon Act. It specifies counties included in the projects and sets minimum wage conditions based on Executive Orders pertaining to federal contracts. Key wage rates and classifications for various construction roles are included, with distinct rates for union and non-union labor, alongside fringe benefits. The document emphasizes compliance with federal standards, highlighting the importance of the wage determination and appeals process for contractors and laborers. Notably, it mentions the requirement for paid sick leave for federal contractors as per Executive Order 13706. The outlined wage rates reflect the prevailing standards for labor in specific construction roles, ensuring fair compensation for workers involved in project execution, thus reinforcing worker protections and adherence to federal guidelines.
    The document outlines a construction project at Mill Springs National Cemetery, initiated by the National Cemetery Administration, scheduled for August 14, 2024. The project focuses on rectifying deficiencies identified in the facility condition assessment. Key stakeholders in the project include various engineering and architectural firms responsible for civil, landscape, mechanical, and irrigation works. The site encompasses 17 acres, with 0.167 acres to be disturbed, necessitating compliance with laws and regulations, including mandatory permit acquisition. The document stipulates detailed requirements for the contractor, including adherence to construction sequencing, public safety measures, coordination with cemetery services, and maintenance of access to grave sites throughout the construction period. Additional provisions emphasize the obligation to protect existing landscaping and site features, ensure the proper disposal of any hazardous materials discovered, and document pre-construction conditions. Overall, this project embodies the federal government’s commitment to maintaining and improving veteran memorial sites while implementing stringent regulations to safeguard the integrity and operations of the cemetery during construction activities.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a project titled "Correct Cemetery FCA Deficiencies" at Mill Springs National Cemetery. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under solicitation number 36C78625B0010, with a response deadline of February 29, 2024, at 4 PM Central Time. The project involves renovations, general construction, and repairs, following the guidelines of Public Law 109-461, which mandates competition among SDVOSB firms. Bidders must be verified in the Veteran Small Business Certification database and registered in the System for Award Management (SAM) to be eligible. The anticipated value of the contract ranges between $1 million to $5 million, with a completion timeline of 270 days post-Notice to Proceed. All bids must be submitted through electronic means, and a site visit is encouraged before bid submission. Interested bidders should monitor the Contracting Opportunity website for updates and amendments to the solicitation. Questions regarding the project should be directed to the provided contracting officer's email. Overall, this presolicitation highlights the VA's commitment to supporting veteran-owned businesses while ensuring compliance with federal contracting standards.
    Similar Opportunities
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    Alabama National Cemetery - Gravesite Expansion Phase 3
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the "Alabama National Cemetery Gravesite Expansion Phase 3" project located in Montevallo, Alabama. This project aims to expand the cemetery's burial capacity through the construction of new gravesites, columbarium walls, roads, signage, landscaping, and an irrigation system, with a construction magnitude estimated between $20 million and $30 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will adhere to strict safety and environmental regulations, emphasizing the importance of honoring veterans through high-quality construction. Interested contractors should note that the solicitation is expected to be released on or about January 30, 2026, with proposals due 30 calendar days after publication; for further inquiries, contact Daniel Kinney at daniel.kinney@va.gov or 402-830-4683.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    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.
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    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.
    36C78626Q50011 Great Lakes Turf Maintenance
    Veterans Affairs, Department Of
    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.
    36C78626Q50027 001 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide irrigation services at Fort Snelling National Cemetery in Minneapolis, Minnesota. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and involves an 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. The services are critical for maintaining the cemetery's dignity and respect, covering an extensive irrigation system that includes 180 acres, 15 satellites, and approximately 4,250 sprinkler heads. Proposals are due by December 19, 2025, at 12:00 PM CST, and interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further information.
    Santa Fe Front Gate Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting proposals for the Santa Fe National Cemetery Front Gate Repair project, aimed at restoring the functionality of the front gate operating system. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to repair both the entry and exit gates, including the installation of four MAX 11400 Operators with battery backup and concrete pads, while adhering to safety standards and minimizing disruption to cemetery operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 1:00 PM EDT on December 19, 2025, and can direct inquiries to Michael Giaquinto at MICHAEL.GIAQUINTO2@VA.GOV. The estimated construction magnitude is below $25,000, and the work must be completed within 60 calendar days from the Notice to Proceed.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Great Lakes Turf Maintenance -- S208
    Veterans Affairs, Department Of
    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.