36C78625Q50050 l Security Guards l Riverside -- S206
ID: QSE--36C78625Q50050Type: Solicitation
Overview

Buyer

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

NAICS

Security Guards and Patrol Services (561612)

PSC

HOUSEKEEPING- GUARD (S206)

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 unarmed security guard services at the Riverside National Cemetery in California. The contract aims to provide daily security coverage, including foot and vehicle patrols, to ensure visitor safety and enforce cemetery policies from April 1, 2025, to March 31, 2030, with options for renewal. This procurement reflects the government's commitment to maintaining a secure and dignified environment for veterans and their families. Interested vendors must submit their proposals by March 20, 2025, and can direct inquiries to Ralph Crum at ralph.crum@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements and responses related to a Request for Proposal (RFP) for security services at the Riverside National Cemetery. Key points include the stipulation that guards must complete all necessary scans during their shifts, with no exceptions for responding to VA staff calls affecting payment. The security service contract involves two guards per shift, operating 24/7, with no anticipated changes in staffing or hours from the previous contract held by Culpepper & Associates Security Services, Inc., valued at $2,662,066.02 over five years. The cemetery requires patrol vehicles to be equipped with emergency tools, rejecting golf carts for patrol due to limited protection and effectiveness over diverse terrain. Guards will be responsible for ensuring water systems' compliance and reporting incidents electronically. The contract is a new requirement, emphasizing unique security concerns like visitor safety and property safeguarding. The transition to the new contractor is expected to occur immediately following the incumbent's contract expiration, aiming for a streamlined onboarding process within approximately 30 days. Overall, the document stresses operational guidelines, equipment standards, and the clear responsibilities of the involved parties for maintaining security at the cemetery.
    The document provides instructions and guidelines for offerors responding to a solicitation under FAR 52.212-1 for a competitive acquisition at Riverside National Cemetery. It outlines essential prerequisites for proposal submission, emphasizing the need for completeness and compliance with the solicitation requirements. Key sections include the general instructions for proposal preparation, the importance of understanding contract requirements, and a requirement for a complete submission by the specified deadline. The evaluation process is detailed, emphasizing three primary factors: Past Performance (most critical), Technical Capability, and Price, with a focus on obtaining the best value for the Government. Offerors must submit relevant past performance documentation, technical qualifications, and a price schedule. A pre-proposal conference and site visit are scheduled, providing an opportunity for potential contractors to gain insight into the project and have their inquiries addressed. The document underscores adherence to submission guidelines and deadlines, indicating that any non-compliance could lead to exclusion from consideration. Overall, it stresses the importance of preparation and clarity in the proposal process to enhance the likelihood of award.
    The document is a federal government file concerning Requests for Proposals (RFPs), federal grants, and state and local RFPs. While the exact text is garbled and largely unreadable, the overarching theme suggests it details processes and frameworks for funding and proposals tied to governmental projects. It likely outlines eligibility criteria, submission guidelines, and evaluation metrics for applicants, leveraging public resources to address varying community and infrastructural needs. The context points to the competitive nature of securing government contracts, where clarity, compliance with regulations, and strategic planning are crucial for success. Overall, this document reinforces the structured approach required for organizations seeking to engage in federal or state-funded initiatives, emphasizing the importance of meticulous documentation and adherence to established procedures.
    The Past Performance Questionnaire (PPQ) is a detailed form used to assess contractor performance on government contracts. It requires contractors to provide their information, contract details, work performed, and project descriptions, including the complexity level. Clients are tasked with evaluating the contractor across several categories such as quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and general compliance. Each category includes specific criteria rated from Exceptional to Unsatisfactory. The document emphasizes the importance of client feedback in assessing contractor performance and includes a section for clients to provide additional narratives regarding strengths and weaknesses. Overall, the PPQ serves as a critical tool in the government procurement process, ensuring contractors meet performance standards and contribute effectively to project outcomes while fostering accountability and quality assurance.
    The document outlines the requirements for providing unarmed guard services at Riverside National Cemetery, managed by the National Cemetery Administration. This cemetery, established in 1976, serves as a final resting place for veterans and features several memorials, including the Medal of Honor Memorial and the Gold Star Families Monument. The contractor must ensure the safety and security of the cemetery grounds through daily foot and vehicle patrols, adherence to strict operational protocols, and compliance with federal, state, and local laws. Key responsibilities include conducting regular patrols, monitoring visitor activities, documenting checkpoints with photographic evidence, and maintaining professional decorum in high-stress situations. The contractor must provide trained personnel with proper qualifications, uniforms, and communication equipment. All employees must undergo background checks and training in security protocols and emergency response procedures. The contractor is liable for any damages to government property and must keep meticulous records of all activities and incidents. Through a quality assurance plan, the cemetery administration will monitor compliance with the contract specifications. This procurement reflects the government’s commitment to honoring veterans while maintaining secure and dignified facilities.
    This document is an amendment to a solicitation for unarmed security guard services at Riverside National Cemetery, issued by the National Cemetery Administration under the Department of Veterans Affairs. The main purpose of Amendment 0001 is to extend the deadline for quote submissions from March 7, 2025, to March 14, 2025, allowing additional time for vendors to receive responses to their questions. Furthermore, the solicitation date has been updated from February 1, 2025, to March 7, 2025. It's crucial for bidders to acknowledge receipt of this amendment to avoid rejection of their proposals. All other terms and conditions of the original solicitation remain unchanged and in effect. The document emphasizes the importance of timely communication from contractors and provides specific instructions on how to submit acknowledgments of the amendment. This amendment illustrates the government's flexibility in ensuring vendor participation while maintaining the procurement process's integrity.
    The Quality Assurance Surveillance Plan (QASP) outlines the contractor's service requirements, focusing on essential performance objectives tied to mission success. The plan specifies strict performance thresholds, mandating "Zero Deviation from Standard" for critical tasks. Key performance areas include: 1. **Foot Patrols**: Guards must conduct regular foot and vehicle patrols at designated checkpoints within the cemetery, documenting their presence through a handheld QR code scanner every two hours. 2. **Daily Log Maintenance**: Contractors are required to maintain a detailed daily log of suspicious activities, vehicle identification, and shift details, with regular supervisory inspections to ensure compliance. 3. **Incident Reporting**: Guards must promptly file incident reports for any significant occurrences, utilizing body cameras during specific situations for accurate documentation. These procedures aim to provide actionable data for quality assurance and uphold security standards, ensuring a secure environment. Regular reviews by the Contracting Officer's Representative (COR) team will monitor adherence to the specified objectives. The plan emphasizes the importance of meticulous documentation and surveillance to safeguard operations and enhance overall mission efficacy.
    The document outlines a federal government Request for Proposals (RFP) related to the provision of security services, which includes hiring security guards and vehicles over a contract period. The specified requirements include two types of security guards and two vehicles, each needed for 12 months, starting from April 1, 2025, to March 31, 2026, with options for renewal for consecutive years through 2030. All entries in the file indicate zero unit prices, suggesting that financial details may be pending or are not disclosed in this document. Additionally, there are multiple line items under various proposal identifiers, categorized by security personnel and transportation assets. With a structure centered around service needs linked to security management, the document is part of a broader initiative to efficiently allocate resources for maintaining safety in federal properties. This approach aligns with government strategies that seek detailed logistical planning for contract variables, ensuring transparency and compliance in federal spending. The summary emphasizes the contractual nature and the anticipated duration of service demands, underscoring the government's commitment to maintaining security through structured, long-term agreements.
    The document details a Request for Proposal (RFP) issued by the Department of Veterans Affairs for unarmed security guard services at Riverside National Cemetery. The main purpose is to secure a contract for the provision of daily security coverage, including foot and vehicle patrols, ensuring visitor safety, enforcing cemetery policies, and assisting with traffic control during events. The contract is set for a duration from April 1, 2025, to March 31, 2030, with an option to extend. Key requirements include providing two unarmed guards per shift, conducting regular patrols, monitoring for suspicious activity, and maintaining a documented log of all patrols and incidents. The contractor must ensure all security personnel meet specific qualifications, undergo comprehensive training, and possess the required licenses. Additionally, the contractor is responsible for maintaining visibility, professionalism, and compliance with federal, state, and local laws. The security measures reflect a commitment to preserve the dignity and sanctity of the cemetery while honoring the service of veterans. This RFP emphasizes the critical importance of security in such a revered environment.
    This document is an amendment to the solicitation for providing unarmed security guard services at Riverside National Cemetery by the Department of Veterans Affairs. It amends the original solicitation (36C78625Q50050) by extending the deadline for quotes from March 7, 2025, to March 14, 2025, enabling vendors additional time to submit inquiries and receive responses. The amendment makes it clear that all other terms and conditions of the original solicitation remain unchanged. This extension aims to facilitate better communication between the procuring agency and potential contractors. It also specifies the method for vendors to acknowledge receipt of the amendment and emphasizes the importance of timely submissions to avoid rejection. The revised dates for both the closing time of offers and the solicitation issuance are highlighted, confirming the commitment to transparency in the contracting process.
    This document is an amendment (0002) to a solicitation issued by the Department of Veterans Affairs for unarmed security guard services at Riverside National Cemetery. Effective March 13, 2025, the amendment addresses vendors' questions and includes the vendor site visit sign-in roster. The deadline for submitting quotes has been extended to March 20, 2025, at 17:00 PT. The document also lists key changes, including a modification of the closing date and the solicitation date. Vendors are required to acknowledge receipt of this amendment through a specific process, ensuring their offers remain valid. Overall, the document maintains the original contract's terms while updating pertinent timelines and providing essential clarifications, reflecting standard practices in government RFPs and modifications.
    The document is a contact list featuring various individuals and their associated companies, along with phone numbers and emails. Key entries include Tracy Phillies from TPG / Full Armour Ses, Steven Jervell from Contact Security Inc, and multiple listings for Ryan Vincent from Superior Protection/Services. Some entries appear incomplete or duplicated, indicating potential errors in transcription.
    Similar Opportunities
    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.
    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.
    V127--FY26 - VISN 2 ARMORED CAR Services B+4 Options
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for armored car services to support various VA Medical Centers (VAMCs) in upstate New York. The contractor will be responsible for providing armed personnel, armored vehicles, and all necessary services for the secure pick-up and delivery of cash and monetary documents, ensuring compliance with federal, state, and local laws. This contract includes a one-year base period starting January 6, 2026, with four additional one-year options, and has an estimated value of $43 million under NAICS code 561613. Interested parties must submit their proposals by December 18, 2025, and direct any questions to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov by December 11, 2025.
    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.
    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.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services for the Omaha National Cemetery in Nebraska. The procurement includes a base year of service from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. These janitorial services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.
    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.
    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.
    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.
    Great Lakes Turf Maintenance -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a turf maintenance contract at the Great Lakes National Cemetery in Holly, Michigan. This procurement involves a new turf maintenance contract that includes a base year plus four option years, aimed at maintaining the cemetery's grounds to ensure a respectful environment for veterans and their families. The services required fall under the Landscaping Services category, specifically identified by NAICS code 561730 and PSC code S208, highlighting the importance of maintaining the aesthetic and functional quality of the cemetery grounds. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact April Graves at april.graves@va.gov for further details regarding the solicitation process.