36C78625Q50038 Rock Island Grounds Maintenance & Irrigation Maintenance Service -- S208
ID: QSE--36C78625Q50038Type: 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 for grounds maintenance and irrigation services at the Rock Island National Cemetery, with the solicitation number 36C78625Q50038. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will span from April 1, 2025, to March 31, 2030, and includes comprehensive tasks such as mowing, trimming, headstone cleaning, and tree care, all aimed at preserving the dignity and aesthetics of the cemetery. This initiative underscores the federal government's commitment to maintaining national cemeteries as respectful environments for veterans and their families. Proposals are due by March 12, 2025, with a mandatory site visit scheduled for March 5, 2025; interested parties should contact Olalekan Ismail at olalekan.ismail@va.gov for further information.

    Point(s) of Contact
    Olalekan Ismail
    olalekan.ismail@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Request for Proposal (RFP) for landscaping services at the Rock Island National Cemetery, with the solicitation number 36C78625Q50038. This project, focusing on grounds maintenance, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract spans from April 1, 2025, to March 31, 2030, with the possibility of extensions. Key project requirements emphasize the preservation of headstones and markers, with strict guidelines for handling these memorials to ensure dignity and respect. Proposals are due by March 12, 2025, and a site visit is scheduled for March 5, 2025. Offerors must comply with federal regulations, including maintaining an active registration with the System for Award Management (SAM) and adhering to stringent labor standards. Additionally, bidders must submit detailed documentation, such as their business qualifications, a past performance questionnaire, and pricing information. This RFP illustrates the government's commitment to involving veteran-owned businesses in federal contracting while promoting respectful treatment of cemetery grounds during maintenance operations.
    The Rock Island National Cemetery Grounds Maintenance RFP outlines maintenance services required for the cemetery across five years, from April 1, 2025, to March 31, 2030. The contract includes detailed tasks such as mowing 60.87 acres of turf, trimming around 26,955 headstones, and performing various landscaping and horticultural activities such as aeration, overseeding, herbicide applications, fertilization, and turf renovation. Specific tasks include cleaning headstones twice per year, tree care (pruning and removal), and irrigation management. The document specifies contractor line item numbers (CLIN) over multiple option years, emphasizing scalable maintenance operations. The grounds maintenance request demonstrates the federal government's commitment to preserving national cemetery landscapes while ensuring a respectful environment for veterans and visitors. The meticulous breakdown of activities and quantities indicates a structured approach to contracting services within federal guidelines. Overall, this RFP provides comprehensive requirements critical for fulfilling the cemetery's upkeep and aesthetic integrity over the term of the contract.
    The Performance Work Statement outlines the requirements for grounds maintenance services at the Rock Island National Cemetery, aiming to honor veterans with meticulous upkeep of their resting places. The contractor must perform a variety of tasks including mowing, trimming, herbicide applications, headstone cleaning, and tree maintenance, all while adhering to strict standards of dignity and respect for the cemetery's sanctity. Services are to be conducted during designated hours, with close coordination necessary for special occasions such as federal holidays or ceremonies. The document emphasizes the need for professionalism, adherence to operational standards, and the environment's preservation while performing tasks. It also outlines specific responsibilities for contractor personnel, including maintenance of appearance and conduct appropriate for a national shrine. The roles of the Contracting Officer and representatives are clearly defined for oversight and performance evaluation, ensuring compliance with regulations. The aim is to maintain the cemetery’s dignity while providing thorough and respectful services throughout the year, highlighting the commitment to honoring those interred there.
    The document is the Wage Determination No. 2015-5011, issued by the U.S. Department of Labor under the Service Contract Act. It outlines the minimum wage and fringe benefits for various occupations for federal contracts in certain counties of Illinois and Iowa. Effective from 2022, contractors must adhere to minimum wage rates of $17.75 per hour under Executive Order 14026 for contracts entered into after January 30, 2022, and $13.30 per hour under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination lists specific occupational titles and corresponding hourly rates across various job categories such as administrative support, automotive service, health occupations, and many others, with footnotes indicating potential higher wage applicability for certain classifications. It also outlines mandatory benefits including health and welfare contributions, vacation, and paid holidays for workers. The document serves as a crucial reference for compliance with federal contracting laws, emphasizing worker protections, minimum wage enforcement, and the contractual obligations of employers, ensuring fair compensation for covered employees engaged in federal service contracts. The wage rates and benefits are regularly revised and must adhere to established federal regulations.
    This document presents a Past Performance Questionnaire for contractors seeking evaluation for federal, state, and local government contracts. Contractors are required to list at least three comparable contracts from the past five years, prioritizing any completed or ongoing National Cemetery Administration (NCA) contracts. For each contract, essential details must be provided, including the contract number, contractor's name and contact information, type of contract, dollar value, award date, subcontracting details, completion percentage, a description of services provided, and contact information for someone knowledgeable about the contract. The purpose of this questionnaire is to assess the contractor's relevant experience and past performance, a critical factor in the evaluation process for government solicitations.
    The document outlines the General Decision Number IL20250001 pertaining to construction wage determinations in multiple Illinois counties. It specifies applicable minimum wage rates under the Davis-Bacon Act, including adjustments based on Executive Orders 14026 and 13658, detailing requirements for contractors regarding worker wages for various classifications. It lists a range of construction trades, including asbestos workers, electricians, carpenters, and elevator mechanics, providing rate schedules and fringe benefits for each classification across different counties. The document serves as guidance for contractors and workers involved in public construction projects, ensuring they adhere to federal wage standards, while also highlighting the necessity for pay adjustments based on contract timing and regional classification differences. This information is vital for compliance with labor laws in federally funded projects, aiming to protect worker rights and ensure fair compensation.
    The document outlines the specifications for a project involving the raising, realigning, and resetting of upright headstones in a cemetery. The work must be conducted sequentially, focusing on one row of headstones at a time to minimize disruption. The contractor is responsible for all aspects, including supervision, labor, materials, and equipment, while ensuring proper documentation of headstone locations. Key procedures include temporary storage of headstones, accurate excavation for sockets, and careful alignment and setting of headstones with required compliance to specifications for crushed rock base material and compaction. Additionally, the contractor must work with a licensed surveyor to establish and verify gravesite control markers, ensuring the correct placement and alignment of headstones to maintain a uniform appearance. Specific measures are outlined for handling potential obstructions, such as tree roots, and addressing damage to headstones during operations. The contractor bears the responsibility for replacement costs of any damaged headstones. The overarching goal is to restore and realign headstones professionally and ethically, upholding the dignity of the cemetery and its memorials.
    The National Cemetery Administration (NCA) has established performance standards for maintaining national cemeteries as sacred shrines honoring veterans. The document outlines operational standards and measures in key areas, including interment operations, grounds maintenance, headstone and marker management, equipment maintenance, and facilities upkeep. Each section details the scope, purpose, and specific standards, supported by measurable targets, such as timely committal services and maintaining aesthetics across cemetery grounds. Key operational goals encompass ensuring gravesites are presentable, grounds are well-maintained, headstones are installed correctly, and equipment is functional. Measures of effectiveness include visitor satisfaction rates and compliance with maintenance protocols. The standards aim to foster serene environments that reflect the dignity of veterans’ contributions while offering families a respectful experience. Overall, this document serves as a guide for federal and contracted workforces at national cemeteries, promoting uniformity in operations and a commitment to quality care, thus reinforcing the government’s dedication to honoring veterans through exemplary maintenance and operational excellence.
    The document outlines a federal Request for Proposals (RFP) concerning the development and implementation of an innovative technology solution aimed at improving public health data management. The initiative seeks to enhance system interoperability, data sharing, and analytics capabilities among state and local health departments. Key objectives include the standardization of health data formats, streamlined reporting processes, and improved access to real-time data for emergency response and public health planning. The RFP specifies eligibility criteria for bidders, emphasizing experience in health informatics and successful project implementation. Proposals must demonstrate a clear understanding of existing public health challenges and the ability to develop scalable solutions. Additionally, compliance with federal regulations and data privacy standards is crucial. The overarching goal is to facilitate more effective public health responses, ultimately benefiting community health outcomes and resilience. This RFP represents a significant federal investment in strengthening infrastructure and capabilities statewide to better manage health crises and improve overall public health initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1PZ--823CM3023, Irrigation Expansion, Rock Island National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the expansion of the irrigation system at Rock Island National Cemetery, identified as Project No. 821CM3023. This project aims to enhance the existing irrigation infrastructure by installing new waterlines and systems, ensuring compliance with VA and Illinois Department of Transportation standards while maintaining the cemetery's dignity and operational efficiency. The contract is exclusively available to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a budget ranging from $1 million to $5 million and a completion timeline of 365 days post-notice to proceed. Interested contractors should contact Contracting Officer Claude Humphrey at Claude.Humphrey@va.gov for further details and adhere to the bid submission deadlines outlined in the solicitation documents.
    Grounds Maintenance Keokuk National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide grounds maintenance services at the Keokuk National Cemetery in Iowa. The contract, which spans from May 1, 2025, to April 30, 2030, includes essential tasks such as mowing, trimming around headstones, aerating, overseeding, and applying herbicides and fertilizers, along with tree management and bi-annual headstone cleaning. This procurement underscores the federal government's commitment to maintaining national cemeteries with dignity and respect, ensuring the preservation of veteran memorial sites. Interested vendors must submit their proposals, including past performance documentation, by the specified deadlines, and can contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further information.
    Grounds Maintenance Service - Southern Utah National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services for the Southern Utah National Cemetery. The procurement aims to ensure the cemetery is maintained with the utmost respect and dignity, focusing on tasks such as grave excavation, headstone maintenance, turf care, and overall grounds management. This opportunity is critical for preserving the aesthetic quality and safety of the cemetery, which serves as a final resting place for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must contact Brian Werner at brian.werner2@va.gov for further details, with the contract expected to span from May 15, 2025, to April 30, 2030, including options for renewal.
    Z2AA--Headstone Maintenance IDIQ Jefferson Barracks National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Z2AA--Headstone Maintenance IDIQ at Jefferson Barracks National Cemetery. This solicitation, designated as 36C78625R0020, requires bidders to provide comprehensive management, manpower, and materials to maintain the integrity of veterans' headstones, including setting new and replacement headstones, cleaning, and grave repairs. The contract is significant in honoring the final resting places of veterans and ensuring compliance with Veterans Affairs policies and OSHA safety standards. Proposals are due by March 25, 2025, at 1:00 PM CST, with an estimated budget between $5 million and $10 million, and the contract period is set for one year with four optional extensions. Interested parties should contact Contracting Officer Shane Hilts at Shane.Hilts@va.gov for further details.
    Z2AA--Headstone Maintenance Dallas Fort Worth
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for headstone maintenance services at the Dallas Fort Worth National Cemetery, specifically under solicitation number 36C78625R0022. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary resources for the installation, replacement, and maintenance of headstones and markers, ensuring compliance with the National Cemetery Administration's operational standards. This opportunity is crucial for maintaining the dignity and respect of the burial sites of veterans, with a contract period starting from April 1, 2025, to March 31, 2026, and four optional one-year extensions. Interested bidders must submit sealed bids by March 25, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Shane Hilts at Shane.Hilts@va.gov.
    Herbicide and Fertilizer Service for Pikes Peak National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for herbicide and fertilizer services at Pikes Peak National Cemetery, with a focus on maintaining the grounds to the highest standards. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and includes a one-year base contract with four optional one-year extensions, requiring a minimum performance value of $5,000. The services are critical for preserving the cemetery as a national shrine while ensuring a professional appearance and minimal disruption to cemetery activities. Interested offerors must submit their proposals by March 17, 2025, and can contact David Hester at David.Hester@va.gov for further information.
    National Memorial Cemetery of the Pacific Facility Support Services
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Facility Support Services at the National Memorial Cemetery of the Pacific in Hawaii, specifically under solicitation number 36C78625Q50134. The procurement aims to maintain the cemetery's facilities and grounds, ensuring high standards of appearance and honoring veterans, with a focus on tasks such as HVAC maintenance, generator upkeep, and homeless encampment cleanouts. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price contract with a five-year performance period starting April 1, 2025. Interested vendors must submit their proposals by February 28, 2025, and are encouraged to contact Brian Trahan at brian.trahan@va.gov or 510-637-6287 for further information.
    Presolicitation Notice - Grounds maintenance services at the Bakersfield National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Bakersfield National Cemetery in California. The procurement includes a base year contract with four additional option years, focusing on maintaining the cemetery's landscape to ensure a respectful and well-kept environment for visitors and veterans. This service is critical for the upkeep of national cemeteries, reflecting the commitment to honor those who have served. The presolicitation notice indicates that the solicitation is expected to be published as early as November 22, 2024, and interested parties can contact Contracting Officer Ralph Crum at ralph.crum@va.gov for further information.
    Z1QA--863-MM2325-010, Historic Lodge FCA Deficiencies Repairs, Mound City National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Historic Lodge FCA Deficiencies Repairs project at Mound City National Cemetery, specifically aimed at addressing various structural and aesthetic deficiencies. This project is set aside exclusively for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes comprehensive repairs such as restroom renovations, window replacements, and roof rehabilitation, all while adhering to historical preservation standards due to the cemetery's significance. The contract is valued between $100,000 and $250,000, with a mandatory pre-bid site visit required for all interested bidders. The bid opening date has been postponed to March 18, 2025, at 2:00 p.m. EST, and all correspondence should be directed to the new contracting officer, Richard Adu, at richard.adu@va.gov.
    36C78625Q50050 l Security Guards l Riverside -- S206
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for unarmed security guard services at Riverside National Cemetery in California. The contract aims to provide daily security coverage, including foot and vehicle patrols, to ensure visitor safety, enforce cemetery policies, and assist with traffic control during events. This procurement reflects the government's commitment to maintaining a secure and dignified environment for veterans and their families, with the contract set to run from April 1, 2025, to March 31, 2030, and an option for extension. Interested contractors should contact Ralph Crum at ralph.crum@va.gov for further details and adhere to the submission guidelines outlined in the solicitation documents.