PRESOLICITATION NOTICE ONLY: Grounds Maintenance base year plus 4 option years at the Omaha/Fort McPherson National Cemeteries. -- S208
ID: QSE--36C78625R50083Type: 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 proposals for grounds maintenance services at the Omaha National Cemetery and Fort McPherson National Cemetery, under solicitation number 36C78625R50083. The contract encompasses a base year plus four option years, focusing on interment services, grounds upkeep, headstone alignment, and compliance with Veterans Affairs guidelines and safety standards. This procurement is vital for maintaining the dignity and aesthetics of these national cemeteries, reflecting the government's commitment to honoring veterans. Interested service-disabled veteran-owned small businesses must submit their proposals by the specified deadlines, with the contract expected to commence on September 1, 2025. For further inquiries, contact Ralph Crum at ralph.crum@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The procurement document outlines the evaluation criteria for awarding a contract related to the application of fertilizers, pesticides, and herbicides at Fort McPherson and Omaha National Cemeteries. The government intends to select the lowest-priced, technically acceptable offeror, ensuring that prices are fair and reasonable according to federal regulations. Key technical acceptability factors include providing certifications, resumes of experienced supervisory personnel, and documentation of the contractor's resources, including personnel and equipment. The evaluation process emphasizes that the government may not enter negotiations but can do so if deemed necessary. Offerors' proposals will be assessed on both their base pricing and any additional option costs, which should not exceed available funding. An unbalanced pricing proposal can be deemed unacceptable. This process aims to ensure that the awarded contract meets required technical standards and budget constraints while prioritizing competitive pricing. Overall, the document delineates a structured approach to contracting under federal guidelines, prioritizing both cost-effectiveness and compliance with technical requirements.
    The document outlines a series of government solicitations, primarily focusing on burial and memorial services, which detail various operational tasks related to the maintenance and management of cemetery facilities. Key activities include the transportation of caskets and floral arrangements, headstone upkeep, sod removal, and site preparation for both casketed and cremation interments, including services during weekends and holidays. Other responsibilities involve turf management, pest control on vegetation, and maintaining clear and clean paved areas of the cemetery. The document specifies requirements for contractors, including compliance with the Davis Bacon Act, which mandates wage standards for laborers. Furthermore, it delineates a schedule for various service intervals (e.g., mowing, fertilization, and herbicide applications) and emphasizes the importance of the operational timeline spanning from September 2025 to August 2026, with options for extensions. This solicitation is critical as it reflects the government's effort to ensure the respectful treatment of the deceased while providing quality service in cemetery maintenance, indicating a commitment to uphold standards and efficiency in managing memorial sites.
    The Quality Assurance Surveillance Plan (QASP) outlines contractor service requirements critical to mission success, which are categorized into performance objectives. Each objective corresponds to specific service requirements and includes performance thresholds that define the minimum acceptable standards. The document details various performance requirements (PRS) such as transportation and handling of urns, floral arrangements, and caskets, as well as tasks related to headstones, turf maintenance, snow removal, and irrigation system upkeep. All activities are required to follow a zero deviation standard, with the method of surveillance being daily oversight by the Contracting Officer's Representative (COR) for most tasks, alongside 100% inspections for headstone management. This QASP serves as a guiding framework for monitoring contractor performance in ensuring quality and adherence to specified service levels, reflecting the meticulous nature of fundamental government operations in the context of associated Federal and State RFPs and grants.
    The National Cemetery Administration's (NCA) "Cemetery Operations - Operational Standards and Measures Guidebook" outlines performance standards for cemetery operations to honor veterans and ensure high-quality maintenance of national cemeteries. The guide emphasizes customer satisfaction and includes various categories including equipment maintenance, facilities and grounds maintenance, gravesite assessment, headstone and marker operations, interment procedures, and safety. The document details specific metrics to measure operational success, such as the percent of satisfied customers, maintenance schedule compliance, and cleanliness of facilities. Standards are tiered by priority levels that guide cemetery staff and contractors in achieving a dignified, serene environment for visitors while preserving the memorial nature of the grounds. The guide aims to ensure all cemeteries maintained by the NCA provide a respectful tribute to veterans, by adhering to operational excellence and responsiveness to customer feedback.
    The document outlines the financial parameters of a government contract, specifying a guaranteed minimum value of $2,000.00 for the contract's duration. It also sets a maximum aggregate value of $8,500,000.00, which includes five one-year ordering periods. Notably, the government does not commit to placing orders exceeding the minimum guaranteed amount, indicating that actual contract use may fall short of the maximum limit. This structure is typical in government RFPs and grants, emphasizing risk management and budget adherence while ensuring that the contractor has a baseline financial assurance even if the contract is not fully utilized.
    The Dignity Clause outlines essential protocols for contractors working in national cemeteries, emphasizing the necessity of showing respect for the gravesites of service members, Veterans, and their families. Contractors are required to conduct their work with reverence, ensuring that no actions harm headstones or markers. Specific prohibitions are established, including not standing or placing items on the markers and the obligation to replace any damaged gravesite elements. In cases of exposure or damage to remains or containers, immediate communication with supervisory personnel is mandated. Furthermore, contractors must ensure all employees understand the protocols and sign a compliance statement before commencing work. The document highlights the critical importance of maintaining dignity when performing tasks in these sacred spaces, aligning with government standards for respect in environments associated with national service and sacrifice.
    This document serves as an addendum to FAR 52.212-1, detailing instructions for offerors responding to a federal solicitation. It outlines essential guidance for proposal preparation, emphasizing the need for compliance and completeness to avoid rejection. Key elements include instructions for submitting proposals, a competitive acquisition process, and the evaluation criteria for contract award based on price and technical acceptability. Offerors must provide certification of qualified personnel, relevant experience documentation, and necessary resources for the contract. A pre-proposal conference is scheduled to facilitate understanding of requirements, with emphasis on submission deadlines and potential discussions post-proposal review. Ultimately, the government aims to identify the best value offeror while ensuring strict adherence to the solicitation's specifications.
    The Statement of Work (SOW) outlines the requirements for a contractor to manage interment and grounds maintenance for the Omaha and Fort McPherson National Cemeteries. The contractor is responsible for interring casketed and cremated remains, maintaining grounds, cleaning facilities, aligning headstones, and complying with Veterans Affairs guidelines, OSHA standards, and cemetery protocols. Services must be executed with the utmost respect, reflecting the sacred nature of these National Shrines. The contractor must staff a minimum of two personnel during operation hours, ensure personnel have appropriate certifications, and provide experience documentation for supervisory staff. Key tasks include transporting remains, site preparation, maintaining turf, applying herbicides and fertilizers, overseeing headstone setting, and conducting regular cleaning. Emphasis is placed on maintaining cemetery aesthetics and adhering to safety protocols, particularly during burials and maintenance activities. The contract, expected to commence around September 1, 2025, also encompasses ongoing adjustments to procedures as per evolving regulations. This SOW demonstrates a commitment to honoring veterans and maintaining the significance of their final resting places through meticulous management and care.
    The document appears to be a corrupted or illegible file, lacking coherent content that would typically convey information about government RFPs, federal grants, or state/local requests for proposals (RFPs). Due to its nature, it does not contain a discernible main topic, key ideas, or structure relevant to understanding potential government initiatives or grant opportunities. Without readable text, no analysis or summary of government programs or funding is possible, rendering it ineffective for informational purposes. The intention behind the original communication may have involved outlining governmental funding applications, guidelines for proposal submissions, or strategic objectives related to grant initiatives, yet the current content prevents any substantive evaluation or reporting on those themes.
    The document is fragmented and appears to be corrupted, hindering the extraction of coherent content. However, it suggests a focus on federal grants and requests for proposals (RFPs) related to government funding mechanisms at various levels—federal, state, and local. The core intent seems to involve improving the availability and accessibility of funding opportunities for projects within government frameworks. Key points inferred from sporadic phrases include the assessment of project proposals, which are likely aimed at ensuring compliance with specific government regulations, and addressing environmental, safety, and health-related concerns. Additionally, there is a possible emphasis on initiatives to modernize facilities and enhance infrastructure. The document’s overall structure may indicate sections intended to outline project specifications, eligibility criteria for funding, and necessary documentation, which are essential for engaging with RFPs and securing federal grants. The context implies a commitment to transparency, accountability, and strict adherence to regulations in the implementation of funded projects.
    The document outlines various issues related to the federal and state/local Requests for Proposals (RFPs) and grants. It delves into procedural frameworks for diverse governmental projects requiring specific procurement guidelines and compliance standards. Key themes include the necessity for organizations to adhere to agreed-upon criteria during the submission process, along with the significance of transparency and accountability in utilizing public funds. It highlights the need for potential contractors to demonstrate their qualifications and past performance in proposals, focusing on fiscal responsibility and project efficiency. Emphasis is placed on adherence to legal and environmental regulations as part of the bidding process. The document also touches upon the implications of new policies on RFP submissions and the potential impacts on upcoming projects across different governmental levels. Overall, this file serves as a framework for understanding the role and structure of RFPs and grants within government operations while guiding stakeholders on how to effectively navigate the application process and enhance competitiveness in securing contracts.
    The document outlines a government Request for Proposals (RFP) and associated grants, focusing on acquiring services or products for various federal and local agencies. The primary purpose is to provide information to potential bidders about the requirements and expectations related to submitting competitive proposals. Key elements include the submission guidelines, eligibility criteria, and evaluation metrics which will influence the selection process. The RFP emphasizes the necessity for detailed project plans, resource allocation, compliance with regulatory standards, and the importance of sustainability in project implementation. The structure includes sections on the purpose of the contract, technical requirements, and administrative tasks that bid responders should fulfill. It specifies timelines for submissions and provides contact information for additional inquiries. Ultimately, the document serves to facilitate vendor participation in government contracts, ensuring that the process is transparent and aligned with public policy objectives.
    The document outlines a Request for Proposal (RFP) by the National Cemetery Administration for grounds maintenance and landscaping services at the Omaha National Cemetery and Fort McPherson National Cemetery. The solicitation, number 36C78625R50083, specifies a total project duration of five years with a base year starting September 1, 2025, followed by four optional years. The scope includes a variety of services such as sod removal, headstone maintenance, casket transport, cleaning of committal shelters, and turf management. The proposal is set aside for small businesses, particularly service-disabled veteran-owned entities, emphasizing the government's commitment to supporting these businesses. Participants must adhere to regulations outlined under the Davis Bacon Act, particularly concerning wage requirements. The document provides details about proposal submission, eligibility, and the evaluation criteria, reflecting the government's intention to ensure quality service while promoting competitive bidding. The overarching purpose is to enhance the upkeep of national cemeteries, demonstrating respect for veterans and their families through diligent maintenance of burial sites and surrounding areas.
    The document addresses discrepancies between the System for Award Management (SAM) updates and actual policy changes regarding governmental entity representations during the solicitation process. It clarifies that certain representations, such as those related to Affirmative Action Compliance and Offeror Certifications, may still appear in SAM even if they are not applicable to current agency solicitations. Contracting officers will not consider these outdated requirements when making award decisions, and entities are not obligated to update their SAM registrations to remove them. This underscores the ongoing misalignment in SAM updates with current policy, ensuring that entities are aware of the non-enforceability of these representations during the bidding process. The information serves to guide entities participating in federal and state/local Requests for Proposals (RFPs) and grants.
    Similar Opportunities
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    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.
    Annapolis and Loudon Park National Cemeteries are in need of Grounds maintenance.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for grounds maintenance services at the Annapolis and Loudon Park National Cemeteries in Baltimore, Maryland. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves the cancellation of a previous contract award due to a protest and subsequent reassessment of requirements. Grounds maintenance is crucial for maintaining the dignity and appearance of national cemeteries, ensuring they honor the service of veterans. Interested parties can contact Contracting Officer Hugh O'Neil at hugh.oneil@va.gov for further details regarding this opportunity.
    36C78626Q50027 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 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.
    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.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    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.
    Pacific Continental Midwest Grounds & Cemetery Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the National Cemetery Administration (NCA), is seeking qualified small businesses to supply grounds maintenance and cemetery operations equipment for the Pacific, Continental, and Midwest District National Cemeteries. The procurement aims to establish multiple-award Blanket Purchase Agreements (BPAs) for new, commercially available equipment, including tractors, mowers, trailers, excavators, and forklifts, all meeting OEM specifications and warranties. This equipment is crucial for maintaining the operational standards of national cemeteries, ensuring they remain well-kept and respectful environments for veterans. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit their responses, including company information and capabilities statements, in PDF format by the specified deadline to Brian Trahan at brian.trahan@va.gov.
    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.
    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.