Annapolis and Loudon Park National Cemeteries are in need of a New Base + four (4) Option Years Grounds maintenance. POP: 9/2/2025 to 9/1/2026. See Schedule. WD: 2015-4265, Rev 29, Dated 12-23-2024. -- S208
ID: QSE--36C78625Q50072Type: 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 seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for grounds maintenance services at the Annapolis and Loudon Park National Cemeteries. The contract will encompass a base year and four option years, with a performance period from September 2, 2025, to September 1, 2026, requiring contractors to maintain the sanctity and aesthetics of the cemeteries through various tasks such as mowing, trimming, and debris removal. This procurement underscores the importance of respectful and dignified care for national memorials, ensuring compliance with federal regulations and labor standards, including adherence to the specified wage determination. Interested contractors must submit their proposals by June 12, 2025, following a mandatory site visit on May 21, 2025, and can direct inquiries to Contracting Officer Hugh O'Neil at hugh.oneil@va.gov.

    Point(s) of Contact
    Hugh O'NeilContracting Officer
    hugh.oneil@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a Request for Quotation (RFQ) for Grounds Maintenance Services at Annapolis and Loudon National Cemeteries. This combined synopsis solicitation seeks offers from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561730. The contract will include a base year and four option years. Offerors are required to observe a strict dignity clause, ensuring respect for grave markers and remains, and must communicate effectively to avoid disrupting ceremonies. Proposal submissions are due by June 12, 2025, with a mandatory site visit scheduled for May 21, 2025. Interested contractors must be registered with the System of Award Management (SAM) and certified as SDVOSB or Veteran-Owned Small Business. The evaluation will weigh technical capabilities and past performance more heavily than price. Submitted offers must include separate documentation detailing company information, experience, staffing plans, past performance questionnaires, and pricing in specific formats. Compliance with various federal acquisition regulations and clauses is critical. The government retains the discretion to award to the most beneficial proposal, even if not the lowest priced.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for grounds maintenance services at Annapolis and Loudon Park National Cemeteries. The contractor is responsible for providing respectful and dignified care to the cemeteries, ensuring the upkeep of lawns, headstones, and overall cemetery aesthetics. Services required include mowing, trimming, edging, trash and debris removal, leaf cleanup, tree maintenance, and snow removal. The contractor must adhere to strict specifications regarding equipment, procedures, and safety measures to protect both the grounds and visitors, particularly during ceremonies. Performance expectations include weekly reports on completed tasks and adherence to seasonal requirements for maintenance. The contract also specifies insurance requirements for the contractor and protocols for communication and coordination with the Contracting Officer’s Representative (COR). Overall, this RFP emphasizes the importance of maintaining the sanctity of the cemeteries while delivering high-quality grounds maintenance services in a timely and efficient manner.
    The Past Performance Questionnaire is a critical document used for evaluating contractors in the context of federal, state, and local government projects. Contractors are required to provide details about at least three relevant contracts, either completed or ongoing within the last five years, focusing first on any National Cemetery Administration (NCA) contracts followed by other contracts. Key information to include for each contract consists of the contractor's name and address, type of contract, its monetary value, award date, subcontracting details, the extent of work completed by the contractor, and a description of the services or supplies provided along with their relevancy. Additionally, contact information for a person associated with the contract must be provided, ensuring comprehensive evaluation criteria for assessing a contractor's past performance. This structured approach aids in verifying qualifications for prospective government projects.
    The document outlines a Request for Proposal (RFP) for grounds maintenance services at the Annapolis National Cemetery and Loudon Park National Cemetery. It specifies the contractor's responsibilities, which include mowing, trimming headstones, cleaning, debris removal, leaf cleanup, tree maintenance, and snow removal on scheduled cycles. Contractors are encouraged to visit the sites before submitting bids, with specific contact information provided for inquiries. The RFP details costs for specific tasks over a base period of one year, along with optional years extending the contract. Each task is broken down by quantity, unit cost, and total cost, although specific pricing is left to prospective contractors to fill. The document emphasizes the importance of efficient grounds maintenance to honor the cemetery's environment and upkeep standards. By inviting bids for these services, the RFP seeks qualified contractors who can effectively manage the maintenance required for both cemeteries, highlighting the federal government's emphasis on proper care for national memorials and adherence to quality standards.
    The document provides a wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates and fringe benefits for various occupations in Maryland. It outlines different wage rates applicable based on contract dates and conditions, particularly influenced by Executive Orders 14026 and 13658, which set minimum wages for federal contractors. The intention is to ensure fair wages for covered workers, who may earn at least $17.75 per hour for contracts effective after January 30, 2022, or $13.30 per hour for those awarded between January 1, 2015, and January 29, 2022. The document includes detailed wage rates for various job classifications, along with required fringe benefits, including health care, vacation, and sick leave provisions. Additionally, guidelines for contractors on how to handle unlisted occupations through the conformance process are included. This wage determination serves as a critical resource for ensuring compliance with federal labor standards for contractors engaging in service contracts, thereby reinforcing labor rights and protections for employees across multiple sectors.
    Similar Opportunities
    Grounds Maintenance Services, Houston National Cemetery
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for Grounds Maintenance Services at the Houston National Cemetery. The procurement involves a fixed-price contract for a base period of one year, with four additional one-year option periods, focusing on maintaining the cemetery's appearance as a National Shrine through services such as mowing, trimming, edging, and pest control. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561730, with a proposal submission deadline of November 21, 2025, at 3:00 PM EST. Interested vendors must attend a mandatory site visit on October 9 or 10, 2025, and can direct inquiries to Brian Werner at brian.werner2@va.gov.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, designated as a Service-Disabled Veteran-Owned Small Business set-aside, encompasses a range of landscaping and groundskeeping tasks, including headstone care, gravesite maintenance, and irrigation system services, with a base year starting July 1, 2025, and four additional option years extending through June 30, 2030. This procurement is vital for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by December 7, 2025, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    S208--Landscaping and Grounds Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Landscaping and Grounds Maintenance Services at the VA Greater Los Angeles Healthcare System, specifically for the Sepulveda Ambulatory Care Center & Nursing Home. The procurement aims to secure comprehensive landscaping services, including lawn care, irrigation repair, tree and shrub pruning, fertilization, and trash pickup, with a contract period spanning from December 1, 2025, to November 30, 2030. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must submit their quotes by November 21, 2025, at 10 AM PST, and are encouraged to acknowledge receipt of amendments to the solicitation, with further inquiries directed to Contract Specialist Intern Ositadima Ndubizu at ositadima.ndubizu@va.gov or (562) 766-2252.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This construction project, with an estimated value between $10 million and $20 million, involves significant improvements to dam spillways, drainage systems, and associated infrastructure at the cemetery, ensuring compliance with Colorado state regulations. Interested bidders must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a pre-bid site visit on September 16, 2025, to familiarize themselves with the project scope. For further inquiries, potential offerors can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Phase 1 Development of the Jefferson Barracks National Cemetery in Sylvan Springs, Missouri. This project aims to expand the cemetery's burial capacity to serve an estimated veteran population of approximately 208,000 within a 75-mile radius, ensuring continued service until FY 2045. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves general construction and the installation of pre-placed crypts, with an estimated value between $50 million and $100 million. Proposals are due by December 12, 2025, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    Snow Removal and Salt Spreading Services for Lebanon VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide snow removal and salt spreading services for the Lebanon VA Medical Center in Pennsylvania. The procurement involves a five-year, Firm-Fixed-Price ID-IQ contract specifically set aside for Certified Service-Disabled Veteran-Owned Small Businesses, requiring services for approximately 638,000 square feet of parking lots and 98,000 square feet of walkways, with a commitment to 24/7 availability and a two-hour response time for snow and ice removal. This contract is crucial for maintaining safe access to the medical center during winter weather conditions, ensuring the well-being of veterans and staff. Interested parties must submit their quotes, including a signed RFQ and all amendments, by 4:00 PM EST on December 1, 2025, and can contact Christina Gennaoui at christina.gennaoui@va.gov for further information.
    Grounds Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking bids for a Grounds Maintenance contract at Davis-Monthan Air Force Base in Tucson, Arizona. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period from December 1, 2025, to November 30, 2030. The selected contractor will be responsible for a range of grounds maintenance services, including the upkeep of improved, semi-improved, and unimproved grounds, artificial turf maintenance, and various landscaping tasks, with the award based on the Lowest Price Technically Acceptable (LPTA) quote. Interested parties must submit their proposals electronically by November 28, 2025, at 4:00 PM Arizona Local Time, and are encouraged to contact Megan Middleton at megan.middleton.5@us.af.mil or Jerry L. Sauder at 355CONS.PKBA.Services@us.af.mil for further inquiries.
    S205--Waste and Refuse collection services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for waste and refuse collection services for the Gulf Coast Veterans Health Care System, which includes facilities in Biloxi, MS, and outpatient clinics in Mobile, AL, Pensacola, FL, and Panama City, FL. The contractor will be responsible for providing all necessary personnel, equipment, and vehicles to collect and dispose of general refuse and bulk waste, ensuring compliance with federal, state, and local regulations, including OSHA and EPA guidelines. This contract is crucial for maintaining sanitary conditions at healthcare facilities serving veterans, with a base period from December 1, 2025, to November 30, 2026, and four one-year option periods thereafter. Interested parties must submit their proposals by November 14, 2025, at 10:00 AM CT, and can direct inquiries to Contracting Officer Danette R Impey at Rene.Impey@va.gov.
    Z1LB--GROUNDS SNOW REMOVAL (1X) - Bath VAMC Bath, NY
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds snow removal services for the Bath VA Medical Center located in Bath, New York. The contractor will be responsible for all labor, materials, and equipment necessary to clear and de-ice roadways, sidewalks, and stairways on the VAMC campus, with operations required to commence within one hour of measurable snowfall. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a performance period from December 1, 2025, to March 31, 2026. Interested parties must submit their quotes electronically by November 20, 2025, at 3:00 PM EST, and any questions should be directed to Contract Specialist Julie Monagan Barnard at julie.monaganbarnard@va.gov.
    J035--NEW: STX Maintenance Repair
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for maintenance and repair services for housekeeping equipment at the Audie Murphy VA Hospital in San Antonio, Texas. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and encompasses preventive maintenance and corrective repairs for various equipment, including floor care machines, with a contract duration of one base year and four option years, starting from December 1, 2025. The contractor will be responsible for providing all necessary labor, materials, and transportation, ensuring compliance with OEM standards, and delivering key reports and maintenance logs. Interested parties must submit their proposals by November 17, 2025, at 3:00 PM Central Time, and can contact Contract Specialist Crystal Carabajal at crystal.carabajal@va.gov or 210-915-4076 for further information.