Grounds Maintenance Services, Ft Douglas National Cemetery
ID: 36C78625Q50096Type: Combined Synopsis/Solicitation
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 soliciting quotations for Grounds Maintenance Services at Ft Douglas National Cemetery in Salt Lake City, Utah, under a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The contract aims to ensure dignified maintenance of the cemetery, encompassing comprehensive operations such as grounds upkeep, interment services, and headstone care, all adhering to strict performance standards. This initiative reflects the National Cemetery Administration's commitment to treating national cemeteries with respect and care. Interested contractors must submit their quotations by 3 PM EST on February 10, 2025, and can direct inquiries to Brian Werner at brian.werner2@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation related to grounds maintenance services for the Ft Douglas National Cemetery, issued by the Department of Veterans Affairs, National Cemetery Administration. The primary purpose of the amendment is to update the schedule for a site visit originally set for January 29, 2025, changing it from 9:00 AM to 2:30 PM local time, while retaining a previously scheduled site visit on January 20, 2025 at 9:00 AM. Offerors are required to acknowledge receipt of this amendment to ensure their proposals remain valid, either by returning copies of the amendment or confirming acknowledgment on their offer submissions. The document includes instructions for responding to the amendment and confirms that all remaining terms of the original solicitation remain unchanged. This amendment process is vital for ensuring transparency and adherence to federal procurement standards.
    This document is an amendment to the solicitation for Grounds Maintenance Services at Fort Douglas National Cemetery, identified by contract number 36C78625Q50096. It is issued by the Department of Veterans Affairs, specifically the National Cemetery Administration, as part of a federal procurement process. The amendment aims to extend the deadline for offer submissions and incorporates additional documentation, including responses to questions raised by potential offerors and a revised price schedule. Offerors are required to acknowledge receipt of this amendment to ensure their proposals remain valid. The document further emphasizes compliance with Federal Acquisition Regulation (FAR) requirements and the continuity of existing contract terms unless otherwise modified by this amendment. The communication is official, requiring signatures from both the contracting officer and the contractor to confirm the changes stipulated in the amendment. Overall, this amendment serves to clarify the terms of the solicitation process for the contractors involved and facilitates their submissions for the specified services.
    The document outlines the contractual regulations and requirements for federal contracts, specifically focusing on key clauses, compliance measures, and information-sharing protocols. It includes clauses regarding the System for Award Management (SAM) registration, which mandates that contractors maintain active status in SAM, ensuring proper financial accountability along with compliance to federal standards. Various clauses address inspection rights, acceptable conditions for contract changes, dispute resolution, and invoicing details, reinforcing contractor obligations in service delivery. Additionally, it contains stipulations concerning employee identification, conflict of interest prevention, and guidelines for subcontractor regulations. The contract specifies an indefinite quantity agreement, with stipulations for minimum and maximum order values and the government’s right to terminate for convenience or cause. The document’s structure is orderly, listing individual clauses that detail the responsibilities and qualifications required, reflecting the government’s emphasis on transparency, accountability, and regulatory adherence in awarding contracts. Overall, the content highlights critical contract management standards and procedures essential for effective contracting within the federal framework.
    This government document outlines a Request for Proposals (RFP) for various grounds maintenance and grave site services over multiple contract years. The primary focus is on maintaining the aesthetic and functional aspects of cemetery grounds and ensuring respectful interment services. Key services include grounds maintenance, herbicide application, fertilizer distribution, tree and plant maintenance, sunken grave repair, headstone cleaning and maintenance, irrigation system upkeep, traditional and cremains interment, and ceremony setup. The contract is structured into a base period with subsequent option years, each specifying quantities and units of service needed. For instance, a total of 12 months of grounds maintenance service for each contract year, alongside specified quantities for other services, such as 10 sunken grave repairs and the interment of traditional and cremains. The document indicates a commitment to following the Davis-Bacon Act for certain activities, ensuring compliance with federal labor standards. Overall, the proposal seeks to ensure the proper and ongoing care of cemetery facilities while also providing respectful services to families during interment activities.
    The document outlines a Request for Proposal (RFP) for grounds maintenance and cemetery services, detailing various tasks to be performed over multiple years. It lists services including grounds maintenance, herbicide application, fertilizer distribution, grave repairs, headstone maintenance, and snow removal. The services are broken down into a base year and four option years, with specific quantities and units designated for each service. The purpose of the RFP is to solicit bids from contractors to ensure proper maintenance of cemetery grounds and adherence to standards, including those under the Davis-Bacon Act for certain tasks. The overall structure of the document is systematic, with each service numbered and categorized by unit cost over different time periods, emphasizing a consistent approach to service delivery across multiple fiscal years. The project aims to ensure the aesthetic and functional upkeep of cemetery sites while promoting compliance with federal regulations. Ultimately, this initiative reflects the government's commitment to maintaining cemeteries with efficiency and quality service standards.
    The document contains a series of questions and answers relating to a Request for Proposal (RFP) focused on landscaping services for a federal site. Key requirements include a mandatory five-year experience in landscaping under the NAICS code 561730, with direct service provision necessary for eligibility. Contractors must fill out a price schedule and attend a site visit without special equipment. The government specifies the use of D2 fuel for cleaning headstones while prohibiting its use for sidewalks, which should be pressure washed. The scope includes tasks such as snow removal, turf maintenance extending beyond cemetery boundaries, and specific fertilizer criteria, excluding iron to prevent headstone staining. Contractors are permitted to use irrigation water for mixing herbicides. The RFP emphasizes the need for accurate documentation of contractor experience and operational capabilities. Additionally, modifications to contract terms may arise in exceptional circumstances, such as unforeseen cost increases. This document details operational standards and requirements crucial for potential contractors, ensuring compliance with federal procurement regulations.
    The document outlines the solicitation provisions for a federal contract under solicitation number 36C78625Q50096. It details the criteria for evaluating offers, emphasizing the Lowest Price Technically Acceptable (LPTA) approach. Key evaluation factors include the experience and qualifications of the Services Supervisor, demonstrated business operations in NAICS category 561730 (Landscaping Services) for a minimum of five years, references from similar-sized facilities, and compliance with specific attachments and performance ratings. Furthermore, it specifies instructions for offerors, including requirements for submissions, acceptance periods, and necessary representations and certifications. A significant emphasis is placed on the technical acceptability of proposals and stipulations regarding small business status, particularly for HUBZone and service-disabled veteran-owned businesses. Critical compliance documents, including SAM registration and a Unique Entity Identifier, are mandatory for participation. The document also stipulates to avoid restrictive agreements that can prevent reporting misconduct. This solicitation underlines the federal government’s process for securing services while promoting inclusivity for small businesses and adhering to regulatory standards.
    The Fort Douglas Post Cemetery in Salt Lake City, Utah, requires comprehensive cemetery operations and maintenance services under a performance-based service contract. This contract emphasizes the importance of honoring veterans through dignified maintenance, reflecting the National Cemetery Administration's mission to treat national cemeteries as shrines of respect. Contractors are expected to manage all operations, including grounds maintenance, interment services, and headstone care while adhering to strict performance standards. Key responsibilities include maintaining a clean, professional appearance of the grounds, performing regular turf maintenance, and facilitating interments with care. Contractors must comply with specific employee conduct standards and safety regulations. They are also accountable for managing their resources, including personnel and equipment, while following the guidelines for quality control and environmental safety. The contract stipulates the importance of coordination with the Cemetery staff during burial services to avoid disruptions. Additionally, contractors are required to report on daily and weekly work progress and maintain communication with the Contracting Officer's Representative. Overall, this Performance Work Statement sets forth stringent requirements aimed at ensuring the respectful treatment of this sacred site and the accurate recording of services performed.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Combined Synopsis/ Solicitation Great Lakes National Cemetery Grounds Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking quotations from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for grounds maintenance services at the Great Lakes National Cemetery in Holly, Michigan. The contract encompasses a comprehensive range of landscaping tasks, including mowing, trimming, aeration, and snow removal, aimed at preserving the cemetery's aesthetics and honoring the dignity of veterans' burial sites. This opportunity is significant as it reflects the government's commitment to maintaining national cemeteries as revered spaces while supporting veteran-owned businesses. The estimated contract value is up to $5,100,000 over five years, with a site visit scheduled for March 18, 2024, and final quotations due by April 4, 2025. Interested parties should direct inquiries to April Graves at april.graves@va.gov.
    Sod Delivery and Installation -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the delivery and installation of sod at Fort Logan National Cemetery in Denver, Colorado. This procurement is specifically aimed at service-disabled veteran-owned small businesses and is part of a broader initiative to maintain the cemetery's grounds in accordance with federal and VA policies. The contract, which has a guaranteed minimum value of $5,000 and a maximum cap of $250,000 over a five-year term, emphasizes the importance of supporting small business participation in federal contracting. Interested parties must submit their bids by March 12, 2025, following the solicitation opening on March 5, 2025, and can contact David Boyd at david.boyd7@va.gov for further information.
    Z2AA--Headstone Maintenance Dallas Fort Worth
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for headstone maintenance services at the Dallas Fort Worth National Cemetery, specifically under solicitation number 36C78625R0022. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary resources for the installation, replacement, and maintenance of headstones and markers, ensuring compliance with the National Cemetery Administration's operational standards. This opportunity is crucial for maintaining the dignity and respect of the burial sites of veterans, with a contract period starting from April 1, 2025, to March 31, 2026, and four optional one-year extensions. Interested bidders must submit sealed bids by March 25, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Shane Hilts at Shane.Hilts@va.gov.
    Herbicide and Fertilizer Service for Pikes Peak National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for herbicide and fertilizer services at Pikes Peak National Cemetery, with a focus on maintaining the grounds to the highest standards. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and includes a one-year base contract with four optional one-year extensions, requiring a minimum performance value of $5,000. The services are critical for preserving the cemetery as a national shrine while ensuring a professional appearance and minimal disruption to cemetery activities. Interested offerors must submit their proposals by March 17, 2025, and can contact David Hester at David.Hester@va.gov for further information.
    Amendment 36C78625Q50037 0001 Grounds Maintenance Keokuk National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide grounds maintenance services at the Keokuk National Cemetery in Iowa. The contract, which spans from May 1, 2025, to April 30, 2026, with four optional extensions, includes tasks such as mowing, trimming around headstones, aerating, overseeding, and applying herbicides and fertilizers, as well as tree management and bi-annual headstone cleaning. This procurement underscores the federal government's commitment to maintaining national cemeteries with dignity and respect for veterans, ensuring high-quality landscaping services that adhere to established operational standards. Interested vendors must submit their proposals by March 14, 2025, and can contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further information.
    PRESOLICITATION NOTICE ONLY: Grounds Maintenance base year plus 4 option years at the Omaha/Fort McPherson National Cemeteries. -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for grounds maintenance services at the Omaha and Fort McPherson National Cemeteries, with a contract term consisting of a base year plus four option years. The procurement aims to ensure the upkeep and aesthetic maintenance of these significant sites, which serve as final resting places for veterans and their families. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 561730, and interested parties can reach out to Ralph Crum at ralph.crum@va.gov for further details. The presolicitation notice indicates that the contract will be awarded following the appropriate procurement processes, although specific funding amounts and deadlines have not been disclosed.
    Tree Maintenance Services - Ft Logan National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide comprehensive tree maintenance services at Fort Logan National Cemetery in Denver, Colorado. The contract encompasses tree and stump removal, pruning, trimming, cabling, and waste disposal, with all work expected to be completed within 60 days of contract award under the supervision of a Certified Arborist. This initiative is crucial for maintaining the health and safety of trees in a sensitive environment, ensuring minimal disruption to cemetery activities while adhering to federal regulations. Interested contractors must conduct a site visit prior to bidding and submit their offers, including a complete Price Schedule, by the specified deadline to Brian Werner at brian.werner2@va.gov.
    36C78625Q50038 Rock Island Grounds Maintenance & Irrigation Maintenance Service -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for grounds maintenance and irrigation services at the Rock Island National Cemetery, with the solicitation number 36C78625Q50038. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will span from April 1, 2025, to March 31, 2030, and includes tasks such as mowing, trimming, headstone cleaning, and tree care, all aimed at preserving the cemetery's dignity and aesthetic integrity. This procurement underscores the government's commitment to honoring veterans through meticulous maintenance of their resting places, with proposals due by March 12, 2025, and a mandatory site visit scheduled for March 5, 2025. Interested contractors should contact Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Z1QA--863-MM2325-010, Historic Lodge FCA Deficiencies Repairs, Mound City National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Historic Lodge FCA Deficiencies Repairs project at Mound City National Cemetery, specifically aimed at addressing various structural and aesthetic deficiencies. This procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes comprehensive repairs such as restroom renovations, window replacements, and roof rehabilitation, all while adhering to historical preservation standards due to the cemetery's significance. The project budget is estimated between $100,000 and $250,000, with a mandatory pre-bid site visit required for all interested contractors. Bids must be submitted via email to the designated contracting officer, Richard Adu, by March 18, 2025, at 2:00 PM EST, following an extension from the original deadline. For further inquiries, contractors can reach Richard Adu at richard.adu@va.gov.
    Z2AA--Headstone Maintenance IDIQ Jefferson Barracks National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Z2AA--Headstone Maintenance IDIQ at Jefferson Barracks National Cemetery. This solicitation, designated as 36C78625R0020, requires bidders to provide comprehensive management, manpower, and materials to maintain the integrity of veterans' headstones, including setting new and replacement headstones, cleaning, and grave repairs. The contract is significant in honoring the final resting places of veterans and ensuring compliance with Veterans Affairs policies and OSHA safety standards. Proposals are due by March 25, 2025, at 1:00 PM CST, with an estimated budget between $5 million and $10 million, and the contract period is set for one year with four optional extensions. Interested parties should contact Contracting Officer Shane Hilts at Shane.Hilts@va.gov for further details.