ContractSolicitation

Y1PZ--863-NSP26-003 National Shrine Project at Mound City National Cemetery

DEPARTMENT OF VETERANS AFFAIRS 36C78626B0016
Response Deadline
May 27, 2026
14 days left
Days Remaining
14
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, National Cemetery Administration is soliciting a firm-fixed-price contract for the National Shrine Project at Mound City National Cemetery in Mound City, Illinois. The work calls for a complete section renovation, including site surveying, grading, drainage, excavation, vegetation removal, headstone realignment and reinstallation, cleaning, turf renovation, and site restoration for sections D and E, with all labor, management, materials, tools, equipment, and services provided by the contractor. The project is a 100% Service-Disabled Veteran Owned Small Business set-aside, is estimated between $1,000,000 and $5,000,000, and requires a professional land surveyor, adherence to National Cemetery Administration standards, and completion within 365 calendar days from notice to proceed. An organized site visit is scheduled for April 30, 2026, pre-bid questions are due May 7, 2026, and bids must be emailed by May 28, 2026, with Richard Adu listed as the contracting officer contact.

Classification Codes

NAICS Code
238910
Site Preparation Contractors
PSC Code
Y1PZ
CONSTRUCTION OF OTHER NON-BUILDING FACILITIES

Solicitation Documents

19 Files
36C78626B0016.docx
Word26 KBMar 24, 2026
AI Summary
The Department of Veterans Affairs (VA), National Cemetery Administration (NCA) has issued a presolicitation notice for the "National Shrine Project at Mound City National Cemetery." This project, identified by Solicitation Number 36C78626B0016 and Project Number 863-NSP26-003, involves comprehensive section renovation, including site surveying, grading, drainage, excavation, headstone realignment and re-installation, cleaning, and turf renovation. The contractor must provide all necessary personnel, supplies, transportation, equipment, and supervision. The period of performance is 365 calendar days from the Notice to Proceed, with specific windows for turf renovation. This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a NAICS code of 238910 (Site Preparation Contractors) with a $19.0 Million size standard. The estimated magnitude of construction is between $1,000,000 and $5,000,000. Interested bidders will require a Bid Bond, and the awarded contractor will need Performance and Payment Bonds. The full solicitation is expected to be posted on SAM.gov around April 30, 2026. Contact information is Richard Adu at Richard.Adu@va.gov.
IFB Cost Estimate Worksheet.xlsx
Excel14 KBApr 22, 2026
AI Summary
The IFB Contractor Cost Estimate Worksheet, associated with Solicitation Number 36C78626B0015 and Project Number 823-NSP25-003, outlines the cost estimation structure for the National Shrine Project at Wood National Cemetery. This document details various construction divisions from Division 0 (Special Sections) to Division 33 (Utilities), requiring lump sum estimates for each utilized division. Contractors must provide
VAAR 852.219-75 VA Notice of Limitations On Subcontracting Certificate.docx
Word15 KBApr 22, 2026
AI Summary
VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) certification requirements for contractors regarding limitations on subcontracting for services and construction, as mandated by 38 U.S.C. 8127(k)(2). The clause specifies that offerors must certify their compliance with subcontracting limits, which vary by contract type: 50% for services, 85% for general construction, and 75% for special trade construction, applicable to firms not listed as VIP-listed SDVOSBs or VOSBs. Materials costs are excluded for construction contracts. The certification carries legal weight, subjecting offerors to penalties under Title 18, U.S. Code, Section 1001 for false statements. Non-compliant SDVOSBs/VOSBs may face suspension, debarment, fines, or prosecution. Contractors must provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially leading to remedial action. The offeror's signed certification is a mandatory part of the bid and must be returned with the offer; otherwise, the offer will be deemed ineligible for evaluation and award.
Exhibit E - Example Site Survey Headstone Realignment and Grading Plans.pdf
PDF3291 KBApr 22, 2026
AI Summary
The provided documents,
Exhibit D - Flat Marker Realignment Diagrams.pdf
PDF181 KBApr 22, 2026
AI Summary
The document,
Exhibit C - Upright Headstone Realignment Diagrams.pdf
PDF187 KBApr 22, 2026
AI Summary
Exhibit 'C' outlines the upright headstone realignment diagrams, detailing a methodical process for setting headstones, particularly in varying terrains. The diagram explains the placement of an "Initial Keystone," followed by "Subsequent Keystones" that are set onto a realignment grid. Intermediate headstones are then positioned once these keystones are established. The document also notes that "additional keystones may need to be set to provide a smooth transition" when working on sloping terrain. This exhibit likely serves as a technical guideline or specification within a government RFP or grant, possibly related to cemetery maintenance, infrastructure projects, or historical preservation, ensuring standardized and aesthetically consistent headstone placements.
Exhibit B - Headstone Setting Details.pdf
PDF931 KBApr 22, 2026
AI Summary
This government file details the specifications for installing headstones and flat markers at the Santa Fe National Cemetery, likely as part of a federal Request for Proposal (RFP) or grant. The document outlines two main installation procedures: upright headstone installation (base bid) and flat marker installation (options). Key elements include the use of "amended topsoil" (a homogenous blend of native and imported topsoil), specific dimensions for marker widths (18" and 24"), and the layering of materials such as leveling sand, aggregate base, and marker support grids. For upright headstones, the installation involves compacted crushed aggregate backfill and a 4" amended topsoil layer. Flat marker installations include variations with plastic marker support grids or geogrids, both set on compacted leveling aggregate/sand over an aggregate base. The file emphasizes verifying flat marker thickness in the field and adjusting the support system accordingly, ensuring the marker is 1" above finish grade. Overall, the document provides detailed construction diagrams and notes to ensure proper and consistent installation of grave markers within the National Cemetery Administration's standards.
Exhibit A Mound City National Cemetery Renovation Areas.pdf
PDF2788 KBApr 22, 2026
AI Summary
This document is a comprehensive map of the Mound City National Cemetery, updated in July 2025 by Geoff Black. It details various sections, including Memorial Sections, Section A, Section B, Section C, Section D, Section M, Section N, Section O, Section P, and Section Q. The map outlines different burial details—A, B, C, and D—specifying locations for
Attachment 9 - Contractors Daily Log of Construction.pdf
PDF165 KBApr 22, 2026
AI Summary
The
Attachment 8 - Contractors Employee Statement of Compliance.pdf
PDF112 KBApr 22, 2026
AI Summary
The “Contractor’s Employee Statement of Compliance” is a mandatory document for employees working with the National Cemetery Administration, ensuring adherence to established standards for national shrines. This statement, applicable to new and existing employees, outlines critical guidelines. Employees must understand that national cemeteries are national shrines, demanding strict adherence to performance work statements and specifications. Key directives include showing utmost care for remains, headstones, and markers; never walking, standing, leaning, sitting, jumping, or driving on them; and refraining from placing tools or equipment on them. The document specifies approved methods for removing headstones and markers, prohibiting tools like pickaxes, and requires careful storage of these items off dirt piles. Employees must acknowledge contractor responsibility for replacing damaged headstones/markers and restoring turf. Immediate notification to the Cemetery Director, COR, and/or Contracting Officer is required for any exposure or damage to remains, with work cessation until guidance is provided. This statement covers actions from October 1 to September 30 of the following year and must be returned to the COR by November 1 or after Notice to Proceed (NTP).
Attachment 7 - Herbicide Application Data Sheet.pdf
PDF114 KBApr 22, 2026
AI Summary
The
Attachment 6 - Daily Headstone-Marker Raise Realign Verification Survey.pdf
PDF106 KBApr 22, 2026
AI Summary
Attachment 6 outlines the Daily Headstone/Marker Raise & Realign Verification Survey, a mandatory post-workday re-verification process for headstone and marker work. This document is a critical component of federal government RFPs, likely serving as a quality control and compliance form within a larger contract for cemetery maintenance or restoration. The survey requires the Cemetery Director, COR, Foreman, Work Leader, or designee to re-verify all completed work using the original Burial Register Report and Gravesite Layout Map. The form mandates listing sections and headstones/markers that were raised and realigned, documenting any discrepancies or issues, confirming their resolution, and verifying whether unresolved issues were reported to the District Office Director and Contracting Officer. The document concludes with a certification signature, date, and time, ensuring accountability and adherence to project standards for headstone/marker work.
Attachment 5 - Initial Headstone-Marker Raise and Realign Verification Survey.pdf
PDF105 KBApr 22, 2026
AI Summary
Attachment 5 outlines the protocol for the Initial Headstone/Marker Raise & Realign Verification Survey, a mandatory process for federal government RFPs related to cemetery maintenance. This survey must be conducted by a Contracting Officer’s Representative (COR), Cemetery Director, Foreman, Work Leader, or designee before any work commences on headstones or markers. The process involves utilizing the Burial Register Report and Gravesite Layout Map(s) to identify and resolve any discrepancies or issues. A certification confirms the completion of this initial survey. Furthermore, a daily verification survey is required at the end of each workday for all completed tasks, using the same reference documents. This attachment emphasizes meticulous record-keeping and verification to ensure accuracy and accountability in headstone and marker maintenance projects.
Attachment 4 - Contract Discrepancy Report.pdf
PDF111 KBApr 22, 2026
AI Summary
The "CONTRACT DISCREPANCY REPORT (CDR)" is a standardized form used in government contracts to document and address issues between a contracting officer/COR and a contractor. The report details the discrepancy or problem, referencing the Performance Work Statement (PWS) Directive, and includes sections for the preparation, contractor's response, and government's evaluation. Key dates for preparation, return, and action completion are recorded. The contractor must provide the cause, corrective actions, and preventative measures. The government's evaluation can result in acceptance, partial acceptance, or rejection, leading to actions such as reduced payment, a cure notice, or a show cause notice. The document concludes with a close-out section, notifying relevant parties like the COR and CO. This ensures a formal process for resolving contract deviations and maintaining accountability.
Attachment 3 - Contract Performance Quality Assurance Report.pdf
PDF248 KBApr 22, 2026
AI Summary
The document outlines a comprehensive Contract Performance & Quality Assurance Report for government projects, focusing on three key areas: compaction testing, upright headstone repair/realignment, and flat headstone repair/reinstallation, and turf renovation. For compaction testing, the report details requirements for subgrade, aggregate base, and amended topsoil, specifying density percentages and testing frequencies. The headstone sections cover meticulous procedures for grave plotting, keystone selection, removal, socket preparation, alignment, and cleaning, emphasizing adherence to NCA standards for horizontal and vertical alignment and proper height. The flat headstone section adds requirements for support system removal, subgrade preparation, aggregate and topsoil installation, and marker placement. The turf renovation section outlines steps from soil testing and herbicide application to power raking, irrigation, topsoil application, grading, irrigation system reinstallation, and sodding. Each section includes a 'Status' checklist to indicate whether requirements were 'Met' or 'Did Not Meet,' with provisions for detailing deficiencies and corrective actions, requiring signatures from both the COR and the Contractor.
Attachment 2 - Work Summary Progress Report - Flats.pdf
PDF242 KBApr 22, 2026
AI Summary
This government file, Attachment 2, outlines the "Work Summary & Progress Report" for the "Flat Marker Raise & Realignment" project, also known as the "National Shrine Project." It details the scope of work for contractors, focusing on tasks related to flat grave markers in a cemetery setting. Key activities include compaction testing, setting and aligning flat granite markers with backfill, soil and base compaction testing, raising and realigning existing flat markers, cleaning markers, agricultural soil testing, and turf renovation. The document emphasizes government inspection and acceptance rights, allowing for re-performance of nonconforming services. It also requires contractors to report any adverse circumstances affecting progress. The form necessitates signatures from both the contractor and a government representative (Cemetery Director/COR) to confirm completion of services and acknowledgment of the progress report, respectively.
Attachment 1 - Work Summary Progress Report -Uprights.pdf
PDF253 KBApr 22, 2026
AI Summary
This document, "ATTACHMENT 1 WORK SUMMARY & PROGRESS REPORT," outlines the key tasks and acceptance criteria for a National Shrine Project focused on upright headstone raise and realignment. It details six main work items, including the proper selection and setting of section keystones by a licensed surveyor, the excavation and preparation of headstone sockets, and the precise alignment and uniform height of headstones. The report also covers ensuring headstones are firmly set, present a neat overall appearance, and are cleaned according to contract requirements. The Government reserves the right to inspect and test services, requiring re-performance of nonconforming work. The form requires signatures from both the Contractor and the Cemetery Director/COR to confirm completion and acknowledgment of the progress report, respectively.
Statement of Work 863-NSP26-003 National Shrine Project at Mound City NC.pdf
PDF1241 KBApr 22, 2026
AI Summary
The Mound City National Cemetery National Shrine Project (No. 863-NSP26-003) is a federal government RFP for comprehensive renovation services. The awarded contractor will provide all necessary personnel, equipment, and supervision to perform full cemetery section renovation within 365 calendar days. The work, to be performed at Mound City National Cemetery in Illinois, includes site surveying, grading, drainage, excavation, headstone realignment and cleaning, turf renovation, and site restoration for sections D and E. A professional land surveyor is required for pre-work surveys and quantity certification. The project emphasizes precision in headstone alignment and adherence to strict conduct, safety, and environmental regulations, including OSHA and NFPA standards. The contractor must adhere to a detailed work plan, provide daily and weekly reports, and maintain a quality control plan. All operations must minimize disruption to cemetery activities and maintain the dignity of the national shrine.
36C78626B0016_1.docx
Word186 KBApr 22, 2026
AI Summary
This solicitation, 36C78626B0016, issued by the Department of Veterans Affairs, National Cemetery Administration, is a Request for Proposal (RFP) for the National Shrine Project at Mound City National Cemetery in Mound City, IL. It is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement, with a NAICS code of 238910 (Site Preparation Contractors) and a size standard of $19.0 Million. The project's magnitude is estimated between $1,000,000 and $5,000,000.The scope of work involves providing all labor, management, materials, tools, equipment, and services for a complete section renovation, including site surveying, grading, vegetation removal, headstone realignment, re-installation, cleaning, and turf renovation, adhering to National Cemetery Administration standards. The performance period is 365 calendar days from the notice-to-proceed.Key dates include an organized site visit on April 30, 2026, at 10:00 AM CST, a deadline for pre-bid questions on May 7, 2026, at 2:00 PM EST, and bids due via email on May 28, 2026, at 2:00 PM EST. Bidders must be CVE verified, registered in SAM with a UEI, and verified/certified on the SBA site and Vets 4212. A bid bond is required if the bid exceeds $150,000, and performance and payment bonds are required from the awarded contractor. The contract will be a Firm-Fixed-Price type, and Buy American requirements apply to construction materials. The document also details procedures for protests, security prohibitions, and certifications regarding Sudan and Iran business operations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 24, 2026
deadlineResponse DeadlineMay 27, 2026
expiryArchive DateAug 25, 2026

Agency Information

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

Point of Contact

Contracting Officer
Richard Adu

Official Sources