36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
ID: 36C78626Q50029Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Pesticide and Other Agricultural Chemical Manufacturing (325320)

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 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.

    Point(s) of Contact
    Olalekan IsmailContracting Officer
    olalekan.ismail@va.gov
    Files
    Title
    Posted
    This document is a combined synopsis/solicitation (RFQ 36C78626Q50029) from the Department of Veterans Affairs, National Cemetery Administration, for herbicide application services at Jefferson Barracks National Cemetery. It is a 100% Service-Disabled Veteran Owned Small Business set-aside, with a base year (Jan 2026 - Dec 2026) and four option years. Quotes are due by December 19, 2025, at 12:00 PM CST. Offerors must be SAM and SBA Vet Cert registered. Proposals require three volumes: Company Information, Technical Proposal (demonstrating experience, site manager's resume, work plan, and insurance), and Pricing. A dignity clause emphasizes respect for the cemetery. Site visits are encouraged, and questions are due by December 12, 2025, at 4:00 PM CST.
    The Jefferson Barracks National Cemetery is seeking proposals for pre/post emergent herbicide applications from January 1, 2026, through December 31, 2030, with a base year and four option years. The contract involves various herbicide treatments, including yellow nutsedge control, and general pre-emergent and post-emergent applications. The scope covers 271 acres of JBNC proper and includes varying acreage for the Sylvan Springs expansion, starting at 2 acres and increasing to 27 acres in later option years. The estimated quantities are measured in acres, and while unit prices are indicated, the total prices for each CLIN and the grand totals are listed as $0.00 in the provided document.
    This Performance Work Statement outlines the requirements for herbicide application services at Jefferson Barracks Cemetery, a national shrine. The contract is an Indefinite-Delivery, Indefinite Quantity requirement spanning 365 days with four one-year options. Services include March and May/June post-emergence herbicide applications for broadleaf weeds and yellow nutsedge, covering 273 acres initially, with an additional 27 acres added in option year two. The contractor must be licensed and insured in Missouri, use specific herbicides (Sublime Herbicide Solution, SedgeMaster/Halo), and adhere to strict application rates and methods. Emphasizing the cemetery's sacred nature, the document details stringent conduct, safety, and operational standards, including maintaining headstone dignity, coordinating with the Contracting Officer Representative (COR), and ensuring no disruption to cemetery activities. The contractor is responsible for all labor, equipment, materials, and compliance with federal, state, and local regulations, including OSHA and Minnesota Statute 18B regarding pesticides. Quality assurance, inspection, and payment procedures are also defined, with a strong emphasis on maintaining the cemetery's appearance as a national shrine.
    This document outlines wage determinations and employment conditions under the Service Contract Act for Illinois and Missouri (specifically certain counties). It details minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The file specifies hourly wages for numerous occupations across administrative, automotive, food service, health, IT, and other sectors. It also includes provisions for fringe benefits such as health and welfare, vacation, and eleven paid holidays. Special conditions are noted for computer employees and air traffic controllers regarding exemptions and night/Sunday pay. Hazardous pay differentials, uniform allowances, and procedures for conforming unlisted job classifications are also detailed.
    The Past Performance Questionnaire is a government form for contractors to submit information on previous federal, state, local, or private contracts. Its purpose is to evaluate a contractor's past performance on projects comparable in size, complexity, and scope. Contractors must list at least three completed or current contracts within the last five years, with one contract reference per form. Special instructions prioritize National Cemetery Administration (NCA) contracts. The form requires details such as contract number, contractor information, type of contract, dollar value, award date, subcontracting extent, percentage of work completed by the contractor, description of services, and contact person information. This document is crucial for government RFPs, federal grants, and state/local RFPs to assess a contractor's qualifications and experience.
    The Sub-Contractor Participation Document is a crucial component of government contracting, designed to ensure and track the involvement of various business sizes and socioeconomic categories. It requires prime contractors to declare their size and specific designations like Small Business, Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), HUBZone Small Business, and Service Disabled Veteran Owned Small Business (SDVOSB). The document also mandates a detailed breakdown of total contract value, outlining the dollar value and percentage allocated to each business category, including minimum quantitative requirements. Furthermore, it requires a comprehensive list of all sub-contractor participants, detailing their company name, contact information, business category, products/services, NAICS code, and the percentage of work they will perform based on the total contract value. This ensures transparency and compliance with federal contracting goals aimed at promoting fair opportunities for small and disadvantaged businesses.
    Lifecycle
    Similar Opportunities
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide herbicide application services at the Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for supplying all necessary labor, supervision, materials, equipment, tools, and supplies to perform herbicide spraying, specifically utilizing Sublime Herbicide Solution for broadleaf and weed control, with a specified application rate of 1.5 ounces per 1,000 square feet. This procurement is crucial for maintaining the cemetery's grounds and ensuring the aesthetic and environmental integrity of the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Buyer not available
    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.
    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.
    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.
    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.
    36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
    Buyer not available
    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.
    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.
    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.
    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.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.