Louisiana National Cemetery Grounds Maintenance -- S208
ID: QSE--36C78625Q50058Type: 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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 12:00 AM UTC
Description

The Department of Veterans Affairs is soliciting proposals for grounds maintenance services at the Louisiana National Cemetery in Zachary, Louisiana. The contract encompasses a base year with the option for four additional years, focusing on essential services such as mowing, trimming, herbicide applications, and custodial care to maintain the cemetery's dignity and aesthetic standards. This procurement is particularly significant as it supports the upkeep of a national shrine dedicated to veterans, ensuring a respectful environment for visitors. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by January 27, 2025, and can direct inquiries to Brian Trahan at brian.trahan@va.gov or call 510-637-6287.

Point(s) of Contact
Files
Title
Posted
Jan 21, 2025, 4:05 PM UTC
The document pertains to a Request for Proposal (RFP) for grounds maintenance services at the Louisiana National Cemetery. Key points include a requirement for 52 annual services focused on cutting grass and weed eating. The site has available water, but no dedicated storage space for contractor equipment; however, contractors may use a designated area for a Conex container if it adheres to safety regulations. The operating hours are typically restricted to before 4:30 PM CST, with exceptions only for unforeseen circumstances. Additionally, the document references the incumbent contract number, which indicates ongoing contractual relations for maintenance services. This RFP outlines essential service expectations for maintaining cemetery grounds, aligning with federal standards for beautification and maintenance.
Jan 21, 2025, 4:05 PM UTC
Jan 21, 2025, 4:05 PM UTC
This document is an amendment related to a solicitation for contracts managed by the Department of Veterans Affairs, specifically for services associated with the National Cemetery Administration. The amendment serves multiple purposes, including the incorporation of questions and answers from potential offerors and a list of attendees from a recent site visit. A significant change noted in this amendment is the increase in the page limit for a particular sub-factor from 15 pages to 20 pages, as outlined in the solicitation's addendum. The amendment signifies that other terms and conditions of the solicitation remain unchanged and emphasizes the importance of acknowledging receipt of this amendment to avoid potential rejection of submitted offers. This document exemplifies the structured and formal nature of government requests for proposals (RFPs), ensuring clarity and compliance among contractors bidding for federal projects.
Jan 21, 2025, 4:05 PM UTC
The document outlines an addendum to FAR 52.212-1, detailing instructions for submitting quotes in response to a federal solicitation specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Emphasizing the importance of adhering to all submission requirements, it states that failure to comply will result in ineligibility for award. The contracting officer anticipates adequate price competition and will evaluate submissions using comparative analysis procedures. Contractors must submit several components, including a Grounds Management Plan, a comprehensive Work Plan, a Site Specific Safety Plan, and a Contractor Quality Control Plan, among other requirements. Each section includes specific instructions and page limits for the information provided. Contractors are also required to include past performance documentation and a completed price schedule. Quotes must be submitted by a specified deadline, with late submissions deemed unacceptable. Questions regarding the solicitation must be submitted via email at least three business days before the close date. The document conveys a structured and systematic approach to achieving a fair evaluation process for procurement in line with federal regulations. This approach underscores the commitment to transparency and accountability in government contracting.
Jan 21, 2025, 4:05 PM UTC
The document outlines the evaluation criteria for vendor proposals in response to a government Request for Quotation (RFQ), emphasizing a comparative tiered evaluation process. It specifies that quotes will be assessed based on non-priced factors alongside pricing to identify the best value for the government. Key evaluation factors include: 1. **Price** - Both unit pricing and overall cost will be evaluated for fairness and reasonableness, factoring in potential contract extension options. 2. **Past Performance** - This considers the relevance and recency of a contractor's historical performance in contexts similar to the RFQ's requirements. 3. **Grounds Management Plan** - Detailed methods for tasks like mowing and pest control will be more favorably regarded compared to less comprehensive plans. 4. **Work Plan** - Proposals that include thorough staffing and management strategies will be viewed more positively. 5. **Site Safety and Contractor Quality Control Plans** - Plans meeting submission requirements will be deemed acceptable. The purpose of this document is to ensure a fair and comprehensive assessment of contractor submissions, ultimately facilitating the selection of vendors that best meet government needs within the parameters of budget and performance standards.
Jan 21, 2025, 4:05 PM UTC
The site visit provision details the expectations for offerors or quoters to inspect the conditions at the work site prior to contract award. Specifically, it notes that such inspections can significantly impact the overall cost and performance of the contract, and that claims based on a failure to inspect will not be accepted after the contract is awarded. A scheduled site visit will take place at the Louisiana National Cemetery on January 16, 2025, at 10:00 AM CST, where contractors are required to sign in 15 minutes earlier. Interested contractors must notify the designated contact via email by January 13, 2025, to confirm their participation. This document is part of the procedural requirements associated with federal RFPs, ensuring that bidders are well-informed about the site conditions that might affect their proposals. The emphasis on pre-contract inspections underscores the government's aim to mitigate potential disputes and ensure contract accuracy post-award.
Jan 21, 2025, 4:05 PM UTC
The document outlines the financial parameters of a contract, specifying that the guaranteed minimum amount for its duration is $10,000.00, while the maximum aggregate value, covering all five one-year ordering periods, is capped at $2,500,000.00. It emphasizes that the government does not assure further orders beyond the guaranteed minimum. This structure is characteristic of government Requests for Proposals (RFPs) and contracts, indicating a clear framework for both minimum commitments and maximum expenditure limits. The document serves as an essential guideline for potential contractors, providing clarity on financial expectations and the non-guaranteed nature of additional orders, which is typical in federal grant and contract scenarios.
Jan 21, 2025, 4:05 PM UTC
The document details Wage Determination No. 2015-5177, issued by the U.S. Department of Labor, regarding minimum wage and fringe benefits for contracts subject to the Service Contract Act (SCA) in certain parishes of Louisiana. It outlines the minimum wage rates based on Executive Orders 14026 and 13658, applicable to contracts awarded after specified dates. For 2024, workers covered by contracts executed post-January 30, 2022, must receive at least $17.20 per hour, while those under earlier contracts without renewal provisions must earn at least $12.90 per hour. Additionally, the document lists specific occupational classifications with corresponding wage rates, details paid sick leave requirements, and outlines additional benefits such as health and welfare payments, vacation, and holiday pay. It emphasizes compliance with wage determinations, particularly for job classifications not explicitly listed, necessitating a conformance process for any new roles. The directive serves to ensure fair compensation and adherence to labor standards for government contractors, reflecting the government's commitment to worker protections and equitable wages.
Jan 21, 2025, 4:05 PM UTC
The Performance Work Statement outlines the requirements for grounds maintenance services at the Louisiana National Cemetery in Zachary, Louisiana, under a performance-based contract. The contractor is responsible for mowing, trimming, weeding, fertilizing, and maintaining the cemetery’s aesthetic and health standards, reflecting the dignity due to veterans. Key objectives include adherence to the National Cemetery Administration's standards and implementing innovative techniques while ensuring minimal disruption during cemetery operations. Services range from regular mowing and edging to weed management and custodial duties for public facilities. A structured evaluation will assess contract performance based on compliance with service delivery summaries, quality control measures, and the satisfaction of cemetery visitors. The contract aims for high maintenance standards, with possibilities for one base year and up to four option years, ensuring ongoing honor and respect in the management of veteran memorial sites.
Jan 21, 2025, 4:05 PM UTC
The document outlines a detailed pricing sheet for landscape maintenance services associated with the maintenance of improved turf areas, headstone upkeep, and custodial care for specific government properties, likely related to cemetery management. It includes several Contract Line Item Numbers (CLINs) assigned to various tasks such as mowing, trimming, herbicide applications, edge maintenance, fertilizer application, aeration, and more, planned over multiple fiscal years. Each CLIN specifies the quantity of jobs, with estimates for acreage or linear footage, and the frequency of services required. The contract spans multiple option years (OY1 to OY4), indicating ongoing maintenance requirements, highlighting a commitment to maintaining grounds in a hygienic and aesthetically pleasing manner. There are also additional tasks like custodial services and emergency cleanup included, which emphasizes the comprehensive nature of the contract and its role in facility management. Overall, the document serves as a formal request for proposals (RFP) for organizations to provide these maintenance services, ensuring compliance with government standards and public safety regulations while enhancing the appearance andAccessibility of government properties.
Jan 21, 2025, 4:05 PM UTC
The Performance Work Statement outlines the responsibilities and standards for grounds maintenance services at the Louisiana National Cemetery. It details key service delivery requirements, performance evaluation criteria, and quality assurance measures necessary to ensure compliance with government expectations. The document emphasizes the contractor's obligation to maintain cemetery grounds, including mowing, trimming, herbicide applications, and custodial services, with specific performance standards and reduction of payment for unsatisfactory work. Supporting attachments provide additional context, including cemetery maps, work summary reports, and a contract discrepancy report template. Quality assurance procedures involve periodic inspections by the Contracting Officer’s Representative to assess contractor performance against defined criteria and ensure adherence to safety regulations and cemetery policies. Additionally, the document specifies acceptable levels of service and the protocols for addressing any performance discrepancies, ultimately aiming to uphold the dignity of the cemetery as a national shrine while ensuring a high standard of maintenance.
Jan 21, 2025, 4:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) for the National Cemetery Administration outlines systematic methods for monitoring contractor performance related to ground maintenance services at the Louisiana National Cemetery. It emphasizes a performance management approach focusing on evaluation outcomes rather than compliance with processes. Roles and responsibilities are defined, including the Contracting Officer and the Contracting Officer’s Representative, who will oversee performance and manage corrections for non-compliance. The QASP identifies specific performance standards, surveillance methodologies, and acceptable quality levels for contractor tasks, such as mowing, trimming, and custodial services, ensuring that quality can be monitored through periodic inspections and customer feedback. Documentation processes, including performance monitoring forms and customer complaint records, are incorporated to support the evaluation and feedback loop. Ultimately, the QASP aims to ensure that the government only pays for satisfactory service levels, promoting contractor accountability and continuous improvement while minimizing the burden of performance management through efficient monitoring strategies. It establishes a structured framework for assessing contractor deliverables against the established standards while allowing flexibility in how the contractor achieves the required outcomes.
Jan 21, 2025, 4:05 PM UTC
The document outlines a Request for Proposal (RFP) issued by the National Cemetery Administration for grounds maintenance services at the Louisiana National Cemetery. The solicitation is set for the base year with the option to extend for four additional years, commencing on April 1, 2025, and concluding on March 31, 2030. Contractor qualifications are specified, aiming to attract small businesses, particularly those owned by service-disabled veterans and HUBZone participants. Key service requirements include mowing, trimming, herbicide applications, headstone maintenance, and custodial services for specific facilities on campus. The procurement is designed to ensure a well-maintained cemetery environment, and it incorporates federal acquisition regulations pertaining to small business participation and ethical business practices. The offer due date is set for January 27, 2025. This RFP reflects the government's commitment to maintaining veterans' cemeteries with high standards while supporting the engagement of small businesses in federal contracting.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Complete Grounds Maintenance at Georgia National Cemetery - SED-922 -- S208
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for complete grounds maintenance services at the Georgia National Cemetery. The contract encompasses a base year with four optional extension years, requiring comprehensive landscaping and maintenance tasks such as lawn care, debris removal, headstone cleaning, and seasonal maintenance to uphold the cemetery's dignity and operational integrity. This procurement is vital for maintaining a respectful environment for the approximately 2,900 annual burials and ensuring compliance with National Cemetery Administration standards. Interested contractors must submit their proposals by April 28, 2025, and are encouraged to contact Contracting Officer Larry Curtis at larry.curtis@va.gov for further information.
Complete Grounds Maintenance at Marietta National Cemetery - SED-859 -- S208
Buyer not available
The Department of Veterans Affairs is seeking proposals for a Complete Grounds Maintenance contract at Marietta National Cemetery in Georgia. This procurement involves a base year of service from June 1, 2025, to May 31, 2026, with the option for four additional one-year extensions, focusing on maintaining the cemetery grounds with dignity and respect. The services required include turf mowing, edging, tree care, and overall maintenance of the cemetery infrastructure, ensuring a respectful environment for veterans and their families. Proposals are due by April 28, 2025, at 2:00 PM EST, and interested parties must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and comply with all relevant regulations, including SAM registration. For further inquiries, contact Larry Curtis at larry.curtis@va.gov.
Tree Maintenance Services at Fort Sam Houston National Cemetery
Buyer not available
The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Tree Maintenance Services at Fort Sam Houston National Cemetery in San Antonio, Texas. The contract involves a firm fixed-price arrangement for tree removal, pruning, stump removal, and waste disposal, specifically targeting 34 large and 4 medium trees within the cemetery grounds. This maintenance is crucial for preserving the aesthetic and environmental integrity of the cemetery, ensuring compliance with safety and maintenance standards. Interested contractors must submit their bids by April 22, 2025, and are encouraged to conduct a site visit prior to submission to evaluate local conditions. For further inquiries, potential bidders can contact David Hester at David.Hester@va.gov.
Florida National Cemetery Grounds Services -- S208
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide grounds and headstone maintenance services at the Florida National Cemetery in Bushnell, Florida. This procurement is a new requirement under a Firm Fixed Price contract type, with a base period and four option years, contingent upon the availability of FY25 funds. The services are crucial for maintaining the cemetery's appearance and honoring the memory of veterans, ensuring a respectful environment for visitors. Interested parties must confirm attendance for a scheduled site visit on April 3, 2025, and submit their offers by April 28, 2025, at 1:00 PM EST, with inquiries directed to Marshand Boone at marshand.boone@va.gov.
This requirement is for Janitorial Svcs at the St. Albans National Cemetery for a Base plus Four Option Years. The POP 6/16/2025 to 6/15/2026. See Schedule. WD: 2015-4143, Rev 30, Date: 12-23-2024. -- S201
Buyer not available
The Department of Veterans Affairs is soliciting bids for janitorial services at the St. Albans National Cemetery in New York, with a contract that includes a base year and four optional one-year renewals. The contractor will be responsible for maintaining the cemetery's five-acre grounds, ensuring cleanliness and respect for the site, particularly during federal holidays and ceremonies, while adhering to a strict schedule and compliance with a Dignity Clause. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by April 21, 2025, following a site visit on April 15, 2025, and are required to register with the System for Award Management (SAM) and provide detailed proposals that include past performance and pricing information. For further inquiries, potential bidders can contact Contracting Officer Hugh O'Neil at hugh.oneil@va.gov.
Amendment 0001 - Combined Synopsis Solicitation - 36C78625Q50162 - Grounds Maintenance/Burial Support/Janitorial Services for Raleigh National Cemetery -- S208
Buyer not available
The Department of Veterans Affairs is soliciting bids for comprehensive grounds maintenance, burial support, and janitorial services at the Raleigh National Cemetery. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), includes a one-year base period with four optional extensions and encompasses services such as grave excavation, turf maintenance, pest control, and janitorial duties to uphold the National Shrine standards. This procurement emphasizes the respectful treatment of the cemetery as a national shrine, with a minimum contract value of $5,000 and a maximum potential value of $1,250,000 over the contract's lifespan. Interested offerors must submit detailed quotes by April 14, 2025, and are required to conduct a site visit prior to submission; for further inquiries, contact Sarah Poole at sarah.poole1@va.gov.
Amendment 0001 Tree Maintenance Services at Fort Lyon National Cemetery
Buyer not available
The Department of Veterans Affairs, through the National Cemetery Administration, is seeking qualified contractors to provide tree maintenance services at Fort Lyon National Cemetery in Las Animas, Colorado. The procurement includes a range of services such as tree and stump removal, pruning, trimming, cabling, cavity repair, and root pruning, all of which must be supervised by a Certified Arborist to ensure compliance with safety and aesthetic standards. This contract is particularly significant as it underscores the government's commitment to maintaining the cemetery's grounds in a respectful manner for visitors. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their bids by April 18, 2025, at 4 PM EST, and can direct inquiries to David Hester at David.Hester@va.gov, with a site visit scheduled for April 11, 2025, at 11 AM.
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.
PRESOLICITATION NOTICE: Roseburg National Cemetery Grounds Maintenance Services -- S208
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Roseburg National Cemetery in Oregon. The procurement aims to ensure the cemetery's landscaping and groundskeeping are maintained to a high standard, reflecting the respect and honor due to veterans. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Ralph Crum at ralph.crum@va.gov for further details, with the contract details and timeline to be announced in the forthcoming solicitation.
Landscaping Materials - Tahoma Natl Cem -- 5610
Buyer not available
The Department of Veterans Affairs is seeking proposals for a firm-fixed price contract to supply bulk landscaping materials for Tahoma National Cemetery in Kent, Washington. The procurement includes various materials such as topsoil, crushed rock, and sand, which are essential for maintaining the cemetery's operations, particularly for burial and headstone settings. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including all-inclusive pricing for delivery and materials. Interested vendors must submit their offers by April 10, 2025, and can direct inquiries to David Boyd at david.boyd7@va.gov.