ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

L099--Off-Site Inscription Services for NCA Districts

DEPARTMENT OF VETERANS AFFAIRS 36C78625Q0094
Response Deadline
Jul 31, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, specifically the National Cemetery Administration (NCA), is seeking qualified small businesses to provide Off-Site Inscription Services for memorial monuments dedicated to veterans across multiple districts. The procurement involves managing the pickup, inscription, packaging, and delivery of government-furnished blank niche covers and memorial wall markers, with a contract period spanning one base year and four optional years, from October 1, 2025, to September 30, 2030. This initiative is crucial for ensuring that veterans are honored with high-quality memorials, and it emphasizes the importance of compliance with government specifications and quality assurance throughout the process. Interested vendors must submit their proposals, including technical qualifications and pricing, by July 31, 2025, and can reach out to Weston Worsham or Patara McDonald at the provided email addresses for further inquiries.

Classification Codes

NAICS Code
561990
All Other Support Services
PSC Code
L099
TECHNICAL REPRESENTATIVE- MISCELLANEOUS

Solicitation Documents

17 Files
Attachment K - Past Performance Questionnaire.docx
Word32 KBJul 18, 2025
AI Summary
The document outlined is a Past Performance Questionnaire used by the Department of Veterans Affairs (VA) to evaluate potential contractors for award of contracts. Offerors must submit separate questionnaires for each past performance reference, to be filled out by evaluators and returned by a specified deadline. The questionnaire includes essential details such as the offeror’s name, address, contract specifics, and evaluator’s information. Evaluators are asked to assess performance using a specific rating scale, with categories ranging from "Outstanding" to "Unacceptable" on various aspects, including compliance with contract requirements, timeliness, labor and safety standards, management effectiveness, and overall quality of work. Additionally, evaluators must provide insights on the contractor's responsiveness, personnel management, and customer satisfaction, including details on any adverse actions like cure notices. The survey emphasizes confidentiality, as evaluators' identities are protected under federal regulations. This assessment is vital for ensuring contractors can meet VA standards and is part of the broader federal procurement process, reflecting the importance of past performance in evaluating potential bidders for government contracts.
Attachment H - Weekly Status Report Sample.pdf
PDF157 KBJul 18, 2025
AI Summary
The document outlines a template for a Weekly Status Report related to onsite inscription services under a specified government contract (36C78625Q0085). It details various administrative elements, including contract and obligation numbers, a list of order processing data, and vital tracking information regarding shipping and delivery. This includes data such as the contractor's location, personnel details, order dates, tracking numbers, carriers, and invoicing identifiers. The template aims to standardize reporting practices for the efficient oversight of contract activities and ensure compliance with federal guidelines. The structured format provides clarity for monitoring the status of orders, contributing to the overall project management and accountability within the context of federal contracts and service delivery.
Attachment C - Appendix A - Cemetery Info - Districts.pdf
PDF1503 KBJul 18, 2025
AI Summary
The document discusses a federal request for proposals (RFP) aimed at soliciting applications for federal grants related to state and local government projects. It outlines the funding availability, eligibility criteria, and project expectations for potential applicants. The RFP emphasizes the importance of community engagement, innovation, and collaboration among stakeholders to achieve project objectives. Successful proposals should demonstrate alignment with federal guidelines and showcase the potential for significant impact on local communities. Additionally, the document provides a timeline for submission, review processes, and funding disbursement, underscoring the government's commitment to transparency and accountability in the allocation of resources. This initiative represents a strategic effort to address local needs through targeted funding and cooperative partnerships.
Attachment G - CDR.pdf
PDF234 KBJul 18, 2025
AI Summary
The Contractor Discrepancy Report (CDR) serves as a formal documentation process to address and resolve discrepancies in federal contracts or agreements. It outlines a detailed protocol for reporting issues, including assigning unique report numbers, providing pertinent dates for the identification and delivery of discrepancies, and specifying the sections of the Performance Work Statement (PWS) relevant to the problem. The report format necessitates signatures from the Contracting Officer’s Representative (COR) and the Contracting Officer (CO) to confirm delivery and acknowledgment. Contractors must describe the cause of the discrepancy, propose corrective actions, and outline quality control measures to prevent recurrence. The document also requires government actions in response to discrepancies, providing a framework for evaluations and determining outcomes such as acceptance or need for a cure notice. Successful resolution of issues leads to a closeout of the CDR, ensuring both parties have cooperated to address the discrepancies as prescribed. This document plays a crucial role in maintaining accountability and ensuring compliance within government contracts, facilitating effective communication and resolution between government entities and contractors.
Attachment J - Sample Review Forms.pdf
PDF143 KBJul 18, 2025
AI Summary
The document serves as a review of samples for memorial wall markers and niche covers made from granite or marble, focusing on their inscriptions. It outlines the criteria for evaluating samples against specifications related to letter and emblem dimensions, depth, and the quality of inscriptions. Each sample is assessed for acceptance based on its conformity to set specifications, including letter heights ranging from 5/8" to 1 1/8", emblem heights at 2", and specific depth measurements. The document also references drawings for layout details and includes a section for comments and feedback on each inscription reviewed. For both the memorial wall marker and niche cover samples, assessments are marked as "Accepted" or "Unaccepted," and include an effective date for implementation. This review is part of broader federal and state initiatives to maintain standards in commemorative material and ensure quality control within public memorial initiatives.
Attachment L - FAR 52.204-20.pdf
PDF137 KBJul 18, 2025
AI Summary
The document outlines the "Predecessor of Offeror" provision, which is relevant for federal contracts and grants. It defines key terms such as "Commercial and Government Entity (CAGE) code," "predecessor," and "successor." The CAGE code is an identifier for U.S. entities assigned by the Defense Logistics Agency and includes the NATO equivalent for foreign entities. A predecessor is described as an entity replaced by a successor, which is defined as a party acquiring assets and operations from the predecessor. The provision requires the offeror to disclose if they are a successor to any predecessor that held a federal contract or grant within the last three years. If they indicate that they are, the offeror must provide the CAGE code and legal name of all predecessors, ensuring compliance with federal regulations. This provision is critical for maintaining transparency and accountability in government procurement processes.
Attachment I - CDR.pdf
PDF234 KBJul 18, 2025
AI Summary
The Contract Discrepancy Report (CDR) is a procedural document designed to address and resolve discrepancies arising from government contracts. The report facilitates a structured process involving several key elements: the identification of issues, corrective actions, contractor responses, and government evaluations. It includes essential information such as contract numbers, report numbers, dates of discrepancy identification, delivery of the CDR, and the timeline for initiating corrective measures. The contractor is required to provide a narrative detailing the cause of the discrepancy and proposed corrective actions, while the government outlines its own actions in response. Each party signs to acknowledge their responsibilities. The ultimate goal is to ensure that any discrepancies are resolved satisfactorily, thus facilitating the successful closure of issues linked to contract compliance. This document underscores the importance of communication, accountability, and continuous improvement within government contracts, ensuring adherence to performance work statements and contractual obligations. Overall, the CDR serves as a vital tool in the oversight and management of government contracting processes.
Attachment E - Appendix C - Completion of Inscription Services.pdf
PDF68 KBJul 18, 2025
AI Summary
The document outlines the certification process for VA contractors regarding the completion of inscriptions on government-issued memorials, specifically headstones, markers, and niche covers. It requires the contractor to certify that the inscriptions meet contract specifications and includes a section for them to list the quantities of various types of completed inscriptions, such as memorial wall markers made of marble or granite, and niche covers in granite or marble. Additionally, there is a certification section for the receiving cemetery to confirm receipt and validate the accuracy of the quantities received. The structured format ensures accountability and accuracy in reporting the completion of these commemorative items, which are crucial in honoring veterans. This document supports the overall framework of federal RFPs by facilitating proper documentation and inspection processes for government contracts related to veteran memorials.
36C78625Q0094.docx
Word40 KBJul 18, 2025
AI Summary
The document outlines a Request for Quote (RFQ) for Off-Site Inscription Services issued by the Department of Veterans Affairs, specifically the National Cemetery Administration (NCA). The solicitation, numbered 36C78625Q0094, is set aside for small businesses and will cover five cemeteries, enabling bidders to submit offers for one or more districts with a single set of samples. The contract will have a base year plus four optional extensions, with a performance period from October 1, 2025, to September 30, 2030. Interested vendors must provide various documents, including technical proposals, past performance references, and pricing using specified formats. Submission requirements include physical samples of inscription work that conform to detailed specifications. Evaluation criteria prioritize technical approach, past performance, and pricing, with the government seeking the most advantageous offers. Vendors must comply with regulations such as registration in the System for Award Management (SAM). The document emphasizes a competitive bidding process while detailing procedures for submitting questions and concerns regarding the solicitation. Overall, the intent is to efficiently procure quality inscription services while maintaining stringent standards and accountability throughout the selection process.
Attachment B - Statement of Work - Inscription Services - Districts.pdf
PDF319 KBJul 18, 2025
AI Summary
The Department of Veterans Affairs (VA) requires Off-Site Inscription Services for memorial monuments dedicated to veterans across various districts. This multi-award contract involves the contractor managing the pick-up, inscription, packaging, and delivery of government-furnished blank niche covers and memorial wall markers. Key responsibilities include handling different types of materials—marble and granite—as specified in detailed drawings, ensuring quality control, and complying with Government specifications. The contractor must provide timely services, complete orders within specified timeframes, and maintain comprehensive quality assurance records. Inspections by the Government are permitted at any stage to ensure adherence to contract standards. Furthermore, any damages incurred during transport must be addressed at no additional cost to the Government, emphasizing accountability and meticulous handling. The overarching goal is to honor veterans respectfully while maintaining operational efficiency and quality throughout the process until the contract's completion in 2026, with options to extend until 2030.
Attachment F - Drawings PDF Portfolio.pdf
PDF5693 KBJul 18, 2025
AI Summary
The government document outlines various federal and state initiatives related to Requests for Proposals (RFPs) and grants. It serves as a resource for entities seeking funding and collaboration opportunities with different government levels to support projects across diverse sectors. The file emphasizes the necessity for compliance with specific guidelines and deadlines associated with these funding opportunities, as well as the competitive nature of the application process. It highlights important themes such as eligibility criteria, evaluation standards, and reporting obligations post-award. The document aims to foster effective partnerships between government and organizations, ensuring transparency and efficiency in the allocation of financial resources. This initiative not only facilitates the successful execution of projects but also promotes accountability and the advancement of public policy goals.
Attachment A - Price-Cost Schedules - Off-Site Inscription Services - Districts.xlsx
Excel27 KBJul 18, 2025
AI Summary
This document outlines the Price/Cost Schedule for Off-Site Inscription Services across various federal districts (Continental, Midwest, North Atlantic, Pacific, and Southeast) for a contract period starting from October 1, 2025, through September 30, 2030. Each district’s schedule includes specific items categorized under distinct Contract Line Item Numbers (CLINs) related to granite and marble memorial wall markers and niche covers, detailing estimated quantities per year across five option years. For instance, the Continental District lists 25 granite wall markers and 1,625 granite niche covers for the base year, while the Midwest District has higher quantities, such as 3,000 niche covers. All price amounts are left blank, indicating the need for bidders to propose their pricing. The structure of the document emphasizes clear delineation of item descriptions, estimated quantities by year, and potential for pricing proposals, supporting the purpose of gathering competitive bids for these federal services. This aligns with government efforts to efficiently procure memorial inscription services while adhering to regulatory requirements.
Attachment D - Appendix B - Transfer of GF Markers-NC.pdf
PDF70 KBJul 18, 2025
AI Summary
The document outlines the transfer process of government-furnished headstones, markers, and niche covers from a cemetery to a VA contractor. It serves as a certification form where cemetery personnel must confirm the transfer by providing their name, signature, and date, along with the quantity of different types of memorial items being transferred. These items include blank memorial wall markers in marble and granite as well as niche covers in granite and marble. Additionally, the form requires the listing of any rejected items, specifying their type and quantity. The VA contractor receiving the items must also provide their name, signature, and date, affirming the verification of the received quantities. This document is significant within the context of government operations, as it facilitates the management of veterans' memorials while ensuring proper accountability and record-keeping in compliance with federal guidelines.
Combined Synopsis Solicitaton - Districts - Revised.docx
Word48 KBJul 18, 2025
AI Summary
The document outlines a combined synopsis/solicitation for Off-Site Inscription Services for the National Cemetery Administration (NCA) under solicitation number 36C78625Q0094. Set to be posted on July 1, 2025, with responses due by July 31, 2025, this competitive procurement is exclusively for small businesses. The contract includes one base year with four optional years, spanning from October 1, 2025, to September 30, 2030. It covers services to five cemeteries, allowing offerors to bid for multiple districts using a single set of samples. Quoters must provide a variety of samples, including granite and marble inscriptions, along with detailed documentation in four PDF volumes and an Excel price schedule. Technical qualifications, past performance references, and adherence to government wage rates are critical components of the evaluation process. The contract will be awarded based on the best overall offer, taking into account technical approach, past performance, and pricing, following a comprehensive evaluation in line with federal regulations. All submissions must be emailed by the specified deadline, reflecting the Government's intent to streamline its procurement process.
36C78625Q0094 0001.docx
Word19 KBJul 18, 2025
AI Summary
The document is an amendment to a previous combined solicitation issued by the Department of Veterans Affairs for Off-Site Inscription Services for National Cemetery Administration (NCA) Districts. The solicitation's response deadline is July 31, 2025. The amendment addresses questions from potential contractors and provides revised combined synopsis/solicitation and Statement of Work documents. Key revisions include details on inscription samples, minor grammatical updates, and clarifications on responsibilities regarding pickup and delivery of materials and inscribed markers. Notably, it clarifies that the contractor must arrange for the transportation of government-furnished blank niche covers and memorial wall markers, ensuring they are used solely for the respective cemeteries. Additionally, specific responses to inquiries about emblem specifications and inter-line spacing have been included to guide contractors in compliance with the requirements. This amendment highlights the importance of adhering to updated instructions, as any failure to acknowledge amendments may render quotes as non-responsive. Overall, the document aims to ensure transparency and clarity in the contracting process for inscription services for the NCA Districts.
Combined Synopsis Solicitaton - Districts - Revised 17 July 2025.docx
Word48 KBJul 18, 2025
AI Summary
The document is a combined synopsis and solicitation for Off-Site Inscription Services for the National Cemetery Administration (NCA) under the Department of Veterans Affairs. Solicitation number 36C78625Q0094 requires quotes from small businesses by July 31, 2025, for a firm-fixed price contract covering one base year and four potential option years, with work performed at the contractor’s facility. Key requirements include submitting samples of inscriptions on granite and marble, with specific dimensions and inscription specifications provided. Quoters must be registered in the System for Award Management (SAM) and submit a comprehensive proposal, including technical, past performance, and pricing information across defined volumes. The evaluation will focus on the technical approach, past performance history, and pricing reasonableness. The overall goal is to secure a contractor capable of fulfilling the inscription services efficiently and in adherence to regulatory standards while optimizing cost and performance for government projects. Submission details and response protocols are explicitly outlined to ensure compliance and responsiveness.
Attachment B - Statement of Work - Inscription Services - Districts - Revised 15 July 2025.pdf
PDF334 KBJul 18, 2025
AI Summary
The Department of Veterans Affairs (VA) seeks contractors for a multi-award contract to provide Off-Site Inscription Services for memorial monuments across various districts in the U.S. The contract involves the pickup, inscription, packaging, and delivery of blank niche covers and memorial wall markers for deceased veterans. Included are detailed specifications for materials (marble and granite), performance timelines, and logistical responsibilities such as securing and protecting government-furnished property. Key tasks include quality assurance inspections and ensuring that inscriptions meet specific standards, with strict reporting requirements for progress and issues. The contract period is from October 1, 2025, to September 30, 2026, with options to extend. The contractor must ensure timely delivery, proper handling of monuments, and adherence to quality controls to avoid penalties or termination of the contract, reflecting the VA's commitment to honoring veterans through careful and respectful memorialization.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 1, 2025
amendedAmendment #1· Description UpdatedJul 15, 2025
amendedLatest Amendment· Description UpdatedJul 17, 2025
deadlineResponse DeadlineJul 31, 2025
expiryArchive DateSep 29, 2025

Agency Information

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

Point of Contact

Weston Worsham and Patara Mcdonald
Weston.Worsham@va.gov

Official Sources