Landscaping Materials - Fort Sam Houston Nat'l Cem -- 5610
ID: QSE--36C78625Q50045Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply bulk landscaping materials for the Fort Sam Houston National Cemetery in San Antonio, Texas. The contract will cover a base year and four one-year options, with a guaranteed minimum value of $5,000 and a maximum value of $2,000,000 over the contract period. The materials required include screened topsoil, hardwood mulch, various types of sand and rock, all essential for maintaining the cemetery's grounds and ensuring a dignified environment for memorial services. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their quotes by May 5, 2025, to the designated contact, Roberto Escobedo, at the provided email address, ensuring compliance with all solicitation requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a delivery route to a maintenance facility at Fort Sam Houston National Cemetery in San Antonio, Texas, specifically for the COMMITTAL SHELTER identified as number 5. It is part of the contract numbered 36C78625Q50045 issued in August 2019. The file primarily serves as a logistical guideline for routing deliveries related to maintenance activities at the cemetery. It indicates the location is situated at 1520 Harry Wurzbach Road, which is essential for contractors and maintenance personnel involved in the upkeep of the national cemetery's facilities. The context of this file implies that it may fall within the realm of federal project management and operational planning, emphasizing the necessity for timely and organized service delivery in maintaining government properties.
    The document outlines the evaluation process for a government procurement under FAR Part 13, emphasizing a lowest price technically acceptable (LPTA) approach. The government aims to award a contract to the responsible offeror whose price is reasonable and meets all solicitation requirements. Initially, the lowest-priced offer will be assessed for technical acceptability without discussions; if it fails, the next lowest-priced proposal will be evaluated. Option prices will be added to determine the total evaluation, with the possibility of rejecting offers with unbalanced pricing. A binding contract is established upon written notice of award, allowing acceptance of an offer within its specified acceptance time. This procurement process reflects streamlined and efficient government contracting practices, focusing on cost-effectiveness and compliance with specified requirements.
    The document outlines a Request for Proposal (RFP) for the purchase and delivery of materials for burials and ground maintenance at the Fort Sam Houston National Cemetery in San Antonio, Texas. The contractor is responsible for supplying various materials including sand, topsoil, crushed rock, limestone, mulch, road base, and decomposed granite. Delivery of these materials must occur within five business days of order acceptance. Specific truck types are mandated for delivery based on material requirements. The document details specifications for each material type, emphasizing quality standards, organic content, and appropriate grading. It organizes anticipated material quantities and costs over multiple option years, with precise classifications for different types of crushed rock and gravel. The primary purpose of this RFP is to secure reliable suppliers who meet stringent specifications to support cemetery operations. This endeavor reflects the federal government's commitment to maintaining cemetery grounds with quality materials while ensuring compliance with established standards. The document seeks to engage contractors capable of fulfilling these needs efficiently and effectively through clearly defined expectations and constraints.
    The document is an amendment to a federal solicitation for the purchase and delivery of materials for burials and grounds maintenance at Fort Sam Houston National Cemetery in San Antonio, TX. The amendment updates the Statement of Need for screened planting topsoil and extends the response deadline to May 9, 2025. The contractor is responsible for supplying various materials, including sand, topsoil, mulch, Texas blend rock, and crushed rock, with specific delivery instructions. The delivery must occur within five business days of the order, utilizing designated routes suitable for the materials. Additionally, detailed specifications outline the quality, composition, and permissible sizes of the required materials, ensuring they are suitable for the cemetery's maintenance needs. The document emphasizes the importance of adhering to material standards and delivery times to maintain operational efficiency for the National Cemetery Administration.
    The document outlines a Request for Proposal (RFP) by the National Cemetery Administration under the Department of Veterans Affairs. It seeks offers from vendors to provide bulk landscaping materials, specifically for the Fort Sam Houston National Cemetery, for a contract period spanning multiple years. Key details include a guaranteed minimum contract value of $5,000 and a maximum value of $2,000,000 across five one-year ordering periods. The solicitation, issued on April 15, 2025, requires submissions by May 1, 2025, and emphasizes the contract's set-aside for Small Businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The detailed list of required materials includes items such as screened topsoil, hardwood mulch, and various types of rocks and sand, with associated quantities specified for each category. The document also references applicable federal and VA regulations governing the procurement process, ensuring compliance and fair participation. It emphasizes the importance of adhering to clauses concerning subcontracting limitations and the handling of materials. Overall, this RFP reflects the government's commitment to support veteran-owned enterprises in fulfilling its landscaping needs at national cemeteries.
    The document is an amendment to solicitation number 36C78625Q50045 issued by the National Cemetery Administration under the Department of Veterans Affairs. Effective April 24, 2025, it extends the response due date for offers to May 5, 2025, at 14:00 ET. The purpose of this solicitation is to award an Indefinite Delivery, Indefinite Quantity task order contract. The amendment specifies that offers must acknowledge receipt by certain methods, ensuring compliance to avoid rejection. The new Contract Specialist, Roberto Escobedo, is designated for submissions, and his contact information is provided for the convenience of potential contractors. All other terms and conditions of the original solicitation remain unchanged. This document serves to clarify and modify specific aspects of the procurement process within the context of government contracting, emphasizing transparency and communication with potential bidders.
    This government document, Amendment 0002 to Solicitation 36C78625Q50045, issued by the Department of Veterans Affairs’ National Cemetery Administration, updates the requirements for the purchase and delivery of materials for burials and grounds maintenance at the Fort Sam Houston National Cemetery in San Antonio, Texas. Key changes include a revised Statement of Need and an extended deadline for offers to May 9, 2025. The contractor must provide various materials, including screened planting topsoil, sand, mulch, and crushed rock, with specific quality and delivery requirements, highlighting dimensions and necessary characteristics of each material type. Deliveries are mandated within five business days and are subject to particular truck specifications to comply with cemetery entrance requirements. The document emphasizes ensuring materials' quality, such as testing for pH and organic matter in the topsoil, along with clear delivery instructions to facilitate ongoing construction activities. This solicitation amendment reiterates the importance of adherence to specified environmental standards and logistical requirements, reflecting the government's ongoing commitment to maintaining the cemetery’s grounds.
    Similar Opportunities
    Fort Bliss National Cemetery Landscape Materials, Indefinite Delivery Indefinite Quantities (IDIQ) -- 9620
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide bulk landscape materials for the Fort Bliss National Cemetery in El Paso, Texas, through an Indefinite Delivery Indefinite Quantities (IDIQ) contract. The contractor will be responsible for supplying Franklin Red Crushed Granite Rock and Aggregate Course materials, including all necessary labor, supervision, transportation, and equipment for delivery. This procurement is essential for maintaining the cemetery's landscape, ensuring a respectful and well-kept environment for veterans. The solicitation is expected to be released in two weeks, and interested parties must register in the System for Award Management (SAM) and monitor the website for updates and amendments. For further inquiries, contact Contracting Officer Roberto Escobedo at Roberto.Escobedo@va.gov.
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    36C78626Q50011 Great Lakes Turf Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking quotations for turf maintenance services at Great Lakes National Cemetery in Holly, Michigan. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one-year base period and four one-year options, not exceeding $2,300,000. The services required include shrub management, leaf removal, herbicide and fertilizer applications, and other landscaping tasks, all performed with a high standard of dignity and respect due to the cemetery's status as a national shrine. Interested contractors must submit their proposals by January 13, 2026, and can direct inquiries to April Graves at april.graves@va.gov.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    36C78626Q50027 001 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide irrigation services at Fort Snelling National Cemetery in Minneapolis, Minnesota. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year and four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. The services are critical for maintaining the cemetery's dignity and respect, covering an extensive irrigation system that includes 180 acres, 15 satellites, and approximately 4,250 sprinkler heads. Proposals are due by December 19, 2025, at 12:00 PM CST, and interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further information.
    Pacific Continental Midwest Grounds & Cemetery Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the National Cemetery Administration (NCA), is seeking qualified small businesses to supply grounds maintenance and cemetery operations equipment for the Pacific, Continental, and Midwest District National Cemeteries. The procurement aims to establish multiple-award Blanket Purchase Agreements (BPAs) for new, commercially available equipment, including tractors, mowers, trailers, excavators, and forklifts, all meeting OEM specifications and warranties. This equipment is crucial for maintaining the operational standards of national cemeteries, ensuring they remain well-kept and respectful environments for veterans. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit their responses, including company information and capabilities statements, in PDF format by the specified deadline to Brian Trahan at brian.trahan@va.gov.
    National Cemetery Administration - Admin Office Supplies - Riverside National Cemetery - 7510
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking interested vendors to provide administrative office supplies for the Riverside National Cemetery. This procurement aims to identify Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses capable of fulfilling the requirements, which include specific brand-name-or-equal casket labels, temporary tags, gravesite tags, and various OEM or OEM-equivalent toner and ink cartridges. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a base year and four option years, emphasizing the importance of delivering brand-new, unopened items and ensuring the replacement of any damaged goods at the contractor's expense. Interested parties must submit their company information, capability statements, and pricing samples by December 22, 2025, at 9:00 AM CST, and can contact Stacey Lewallen at stacey.lewallen@va.gov for further inquiries.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.