ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Memphis National Cemetery, National Shrine Project

DEPARTMENT OF VETERANS AFFAIRS 36C78626B0019
Response Deadline
Jun 3, 2026
20 days left
Days Remaining
20
Until deadline
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, National Cemetery Administration, is seeking a Service-Disabled Veteran-Owned Small Business contractor for the Memphis National Cemetery National Shrine Project to perform cemetery restoration and maintenance work. The scope includes turfgrass renovation across about 44 acres with Palisades Zoysia Turfgrass and an optional project to remove, clean, raise, realign, and reset approximately 36,403 upright headstones and 358 markers. The work requires a qualified site manager, close coordination with the Cemetery COR, strict work-hour and safety controls, and compliance with prevailing wage and other federal construction requirements, with performance periods of 365 calendar days for each item. The solicitation is estimated at $2 million to $5 million, with a site visit on May 13, 2026 and offers due June 3, 2026; the primary contact is Daniel Kinney at daniel.kinney@va.gov or 402-830-4683.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Z2PZ
REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES

Solicitation Documents

12 Files
S02_36C78626B0019 Presolicitation Notice.pdf
PDF151 KBApr 13, 2026
AI Summary
The Department of Veterans Affairs, National Cemetery Administration, has issued a presolicitation notice for the “Memphis National Cemetery, National Shrine Project.” This project, anticipated to be released around April 27, 2026, will involve upright headstone raising/realigning and turf renovation/replacement. The solicitation, identified by number 36C78626B0019, will be a total Service-Disabled Veteran-Owned Small Business Concern (SDVOSBC) set-aside, with a construction magnitude estimated between $2,000,000 and $5,000,000. The NAICS code is 237990 (Other Heavy and Civil Engineering Construction). Bids will be due 30 calendar days after publication on sam.gov. The project is subject to World Trade Organization Government Procurement Agreement and Free Trade Agreements.
S02_Attachment -Statement of Work Memphis NS.pdf
PDF581 KBMay 1, 2026
AI Summary
The Memphis National Cemetery is seeking proposals for a Turfgrass Renovation and an optional Raise & Realign project for headstones and markers. The turf renovation involves removing existing turf from approximately 44 acres and replacing it with Palisades Zoysia Turfgrass, excluding the administration/maintenance building area. The headstone project entails removing, cleaning, raising, realigning, and resetting approximately 36,403 upright headstones and 358 markers across all sections of the cemetery. Both projects require a Site Manager with specific experience, adherence to strict work hours, and detailed coordination with the Cemetery's COR to avoid disrupting ceremonies. Contractors are responsible for all labor, equipment, materials, and supplies, including erosion control, utility location, and obtaining necessary licenses and insurance. Strict environmental, safety, and operational protocols must be followed, with the contractor bearing responsibility for any damages incurred. The turf renovation includes specific steps for vegetation removal, topsoil stripping and installation, grading, and sodding, with a 30-day establishment period and ongoing maintenance. The headstone project details specifications for extraction, resetting with a crushed limestone base, alignment tolerances, and cleaning procedures, with a one-year warranty on workmanship.
S02_Attachment - Price Schedule Sheet.pdf
PDF98 KBMay 1, 2026
AI Summary
The document, identified as 36C78626B0019 Section B, outlines a price schedule for services at Memphis National Cemetery. It details two main items: Item 0001 for “Turfgrass Renovation” and Item 0002 for “Raise and Realigning Headstones.” Both items specify a quantity of 1 JB (Job) and include placeholders for unit price and total amount. The contract period for turfgrass renovation is a base period of 365 calendar days from the receipt of the Notice to Proceed, while headstone work is an option awarded for 365 calendar days from the award date. The document is structured as a standard price schedule, characteristic of government RFPs, indicating specific services required and their associated pricing structure, with a grand total section left blank for bid submission. This file is intended for vendors to bid on the specified services.
S02_Attachment - Limitations on Subcontracting Cert.docx
Word15 KBMay 1, 2026
AI Summary
The VAAR 852.219-75 clause outlines subcontracting limitations for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). For general construction, contractors cannot pay more than 85% of the government-paid amount to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). This percentage includes any further subcontracted work by similarly situated SDVOSB/VOSB subcontractors, excluding material costs. Offerors must certify compliance, acknowledging penalties for false certifications, including criminal prosecution and fines. The VA reserves the right to request documentation to verify compliance at any time. Failure to provide certification renders an offer ineligible for award, underscoring the importance of adherence to these regulations.
S02_Attachment - Standard Form 1413.pdf
PDF687 KBMay 1, 2026
AI Summary
The Standard Form 1413 (Statement And Acknowledgment) is a government document with OMB Control Number 9000-0066, expiring on 5/31/2025. It is used in federal contracting to document prime contractor and subcontractor information, including contract and subcontract numbers, dates, and details about the work. The form requires prime contractors to state whether their contract includes the 'Contract Work Hours and Safety Standards Act -- Overtime Compensation' clause. Subcontractors must acknowledge the inclusion of various labor standards clauses in their subcontract, such as 'Payrolls and Basic Records,' 'Withholding of Funds,' and 'Compliance with Construction Wage Rate Requirements.' The document also accounts for intermediate subcontractors and includes sections for signatures and dates from both prime contractors and subcontractors. The Paperwork Reduction Act Statement clarifies that the estimated time burden for this form is 0.05 hours.
S02_Attachment - DOL Payroll Form.pdf
PDF273 KBMay 1, 2026
AI Summary
The U.S. Department of Labor's Form WH-347 is an optional payroll document, though it's mandatory for contractors and subcontractors on federally financed or assisted construction projects. This form ensures compliance with the Copeland Act and Davis-Bacon prevailing wage rates, requiring weekly submission of payrolls and a signed "Statement of Compliance." The statement confirms accurate wages, permissible deductions, proper classification of workers, and adherence to apprenticeship program regulations. It also details how fringe benefits are paid, either to approved plans or in cash. The document warns against willful falsification, which can lead to civil or criminal prosecution. The estimated completion time for this form is 55 minutes, and it is crucial for verifying that employees receive legally required wages and benefits on federal construction contracts.
S02_Attachment - Davis-Bacon Act Poster.pdf
PDF274 KBMay 1, 2026
AI Summary
The document outlines employee rights under the Davis-Bacon Act for laborers and mechanics on federal or federally assisted construction projects. Key provisions include prevailing wage requirements, mandating workers be paid no less than the wage rate listed in the Davis-Bacon Wage Decision. Overtime pay is required at one and a half times the basic rate for hours worked over 40 in a work week, with few exceptions. The document details enforcement mechanisms, such as withholding contract payments, applying liquidated damages for overtime violations, contract termination, and debarment from future federal contracts. Falsification of payroll records or wage kickbacks can lead to civil or criminal prosecution. Apprentice rates apply only to those properly registered under approved federal or state programs. Employees who do not receive proper pay or need more information are directed to contact the Contracting Officer, Daniel P. Kinney, at the Department of Veterans Affairs, or the U.S. Department of Labor's Wage and Hour Division.
S02_Attachment - Wage Determination.pdf
PDF52 KBMay 1, 2026
AI Summary
This document, General Decision Number TN20260134, is a wage determination for heavy construction projects, including water and sewer line construction, in Shelby County, Tennessee. It specifies prevailing wage rates and fringe benefits for various labor classifications such as Electrician, Operating Engineers (Bulldozer, Crane, Forklift), Common or General Laborer, Flagger, Pipelayer, Backhoe/Excavator/Trackhoe Operator, Loader Operator, and Dump Truck Driver. The document also details the application of Executive Order (EO) 13706 for paid sick leave for federal contractors and EO 13658 for minimum wage requirements. It provides guidelines for adding unlisted classifications and explains different wage rate identifiers (Union, Union Average, Survey, and State Adopted rates). Furthermore, it outlines the appeals process for wage determinations, directing interested parties to the Wage and Hour Division of the U.S. Department of Labor for initial decisions and subsequent reviews.
S02_Attachment - Contractor Safety SOP.pdf
PDF424 KBMay 1, 2026
AI Summary
The National Cemetery Administration (NCA) Standard Operating Procedure (SOP) B06 establishes comprehensive contractor safety guidelines to ensure a safe work environment for employees, volunteers, and visitors. This SOP aligns with VA and NCA policies and OSHA standards (29 CFR 1910, 1926, 1960). It outlines responsibilities for Facility Directors, Supervisors, Foremen, and employees, covering training, inspections, and hazard evaluation. The document details procedures for contractors with and without formal contracts, emphasizing compliance with safety regulations, provision of Safety Data Sheets (SDS) for hazardous materials, and mandatory safety orientations. Key attachments include a Contractor Safety FAR Clause, an Orientation Checklist, and a comprehensive Safety Checklist for Contractors, addressing accident prevention, emergency response, medical support, various site-specific safety plans (e.g., Lockout/Tagout, Fall Protection, Confined Space Entry), and reporting requirements.
S02_Attachment - Memphis NC Pg1-GeoSurveyLtd.pdf
PDF3227 KBMay 1, 2026
AI Summary
GeoSurvey, Ltd. prepared a Cemetery Control Monument Survey for the United States Department of Veteran Affairs at Memphis National Cemetery in Memphis, Shelby County, Tennessee. The survey, dated July 13, 2012, involved collecting field data using a Trimble 5-6 Robotic Total Station and TDS Ranger Data Collector. All monuments are 24-inch x 6-inch concrete cylinders with brass disks. The horizontal datum is based on the North American Datum of 1983 (NAD'83) from GPS observations. The survey explicitly states that no boundary survey was performed. The document includes a vicinity map, typical monument photo, and general notes regarding the survey's exclusive use and methodologies.
S02_Attachment - Memphis NC Pg2-071312-GeoSurveyLtd.pdf
PDF1635 KBMay 1, 2026
AI Summary
This document, titled "MONUMENT LINE TABLES" and "MONUMENT HEADSTONE REFERENCE TABLES," is a detailed land survey and mapping file created by GeoSurvey, Ltd. for the United States Department of Veteran Affairs for the Memphis National Cemetery in Memphis, Tennessee. The purpose of the document is to provide precise bearing and distance measurements from the center of monuments to the top-center of identified headstones. The tables are structured with "MON I.D.", "HEADSTONE I.D.", "BEARING", and "DISTANCE" columns, meticulously listing various monuments and their corresponding headstones with their directional bearings and distances. The file also includes contact information for GeoSurvey, Ltd. and project details such as the GS Job No., field work date (7-13-2012), project manager, review date, drawing file name, drawing scale (1" = 60'), and location. This type of detailed survey information is critical for cemetery management, planning, and maintenance, ensuring accurate record-keeping and facilitating any future development or preservation efforts.
S02_36C78626B0019 Solicitation.pdf
PDF660 KBMay 1, 2026
AI Summary
The Department of Veterans Affairs, National Cemetery Administration, is soliciting offers for the Memphis National Cemetery National Shrine Project. This Request for Proposal (RFP) is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for construction services, with an estimated value between $2,000,000 and $5,000,000. The project includes turfgrass renovation and raising/realigning headstones, each with a 365-calendar-day performance period. Key dates include a site visit on May 13, 2026, and offers due by June 3, 2026. The solicitation details contract clauses, special requirements like the NCA Dignity Clause, and instructions for offerors, including past performance evaluations and invoicing procedures. Liquidated damages for delays are set at $1,116.00 per calendar day.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 13, 2026
deadlineResponse DeadlineJun 3, 2026
expiryArchive DateAug 3, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NATIONAL CEMETERY ADMIN (36C786)

Point of Contact

Name
Daniel Kinney

Place of Performance

Memphis, Tennessee, UNITED STATES

Official Sources