Louisiana National Cemetery Grounds Maintenance -- S208
ID: QSE--36C78625Q50058Type: 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 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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 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.
    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.
    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.
    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.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services for the Omaha National Cemetery in Nebraska. The procurement includes a base year of service from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. These janitorial services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.