ContractCombined Synopsis/Solicitation

Combined Synopsis/Solicitation Leavenworth National Cemetery Trash Services

DEPARTMENT OF VETERANS AFFAIRS 36C78626Q50108
Response Deadline
May 15, 2026
7 days left
Days Remaining
7
Until deadline
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs’ National Cemetery Administration is seeking trash and waste removal services for Leavenworth National Cemetery, with the work also covering Ft. Scott National Cemetery in the performance statement. The contract calls for collection, transportation, and disposal of solid waste and recycling, including service for specified dumpsters and on-call rolloff containers, along with all necessary labor, equipment, supplies, and management. The requirement is an IDIQ contract with one base year and four option years, evaluated on a lowest-price-technically-acceptable basis with attention to price, technical acceptability, past performance, and licensing, and it includes operational limits such as weekday access only, no service on federal holidays, and compliance with cemetery dignity and safety standards. The amended solicitation closes on May 15, 2026, and the contract has a $1,000 guaranteed minimum and a $100,000 maximum aggregate value, with pricing to be submitted in Excel and proposals organized into four volumes.

Classification Codes

NAICS Code
562111
Solid Waste Collection
PSC Code
S205
HOUSEKEEPING- TRASH/GARBAGE COLLECTION

Solicitation Documents

10 Files
P02 Sources Sought Leavenworth Trash.docx
Word45 KBFeb 18, 2026
AI Summary
This Sources Sought Announcement, 36C78626Q50108, from the Department of Veterans Affairs (VA) seeks information from Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses for trash and waste removal services at Leavenworth and Ft. Scott National Cemeteries. The North American Classification System (NAICS) code is 562111 – Solid Waste Collection. The request aims to identify qualified contractors for refuse and recycling collection, transportation, and disposal, ensuring adherence to environmental regulations and the dignified nature of national cemeteries. Contractors must provide 6-yard dumpsters for weekly general waste collection, monthly 30-yard roll-off dumpsters for various wastes, and on-call 20-yard roll-off dumpsters. All containers must be leakproof, covered, labeled, and maintained to high sanitation standards, including regular cleaning and deodorizing. The contract will consist of a one-year base period and four one-year option periods, with a potential six-month extension.
P02 Sources Sought Leavenworth Trash updated 2182026.docx
Word45 KBFeb 18, 2026
AI Summary
This Sources Sought Announcement, 36C78626Q50108, from the Department of Veterans Affairs (VA) seeks market information and capabilities from Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses for refuse and recycling collection services at Leavenworth National Cemetery. The contract involves the collection, transportation, and disposal of solid waste and recyclable materials, including 6-yard general waste dumpsters, 30-yard roll-off containers, and on-call 20-yard roll-off containers, with separate billing for tonnage. The period of performance includes a base year and four option years, with a potential six-month extension. Contractors must provide leakproof, covered, and clearly labeled containers, maintain them to high sanitation standards, and adhere to specific pickup schedules and holiday observances. All services must be performed with dignity and respect, recognizing the cemetery as a national shrine, and comply with all federal, state, and local regulations. Responses are due by February 28, 2026, at 4:00 PM EST.
S02 Combined Synopsis Solicitation Leavenworth.pdf
PDF297 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs, National Cemetery Administration, has issued Solicitation Number 36C78626Q50108 for trash services at Leavenworth National Cemetery. This is a combined synopsis/solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract with one base year and four one-year option periods. The solicitation, posted on April 14, 2026, with a response deadline of April 24, 2026, at 4:00 PM EST, falls under NAICS code 562111 (Solid Waste Collection). Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering price, technical acceptability, past performance, and possession of a license to provide services. Contractors must be registered with SAM.gov and submit proposals in four volumes: Administrative, Technical, Past Performance, and Pricing. The contract has a guaranteed minimum of $1,000 and a maximum aggregate value of $100,000.
A P09 SOW Waste Services.pdf
PDF292 KBMay 8, 2026
AI Summary
The Performance of Work Statement outlines the requirements for trash and waste removal services at Leavenworth and Ft. Scott National Cemeteries. The contract, consisting of a base period and four option periods, requires a qualified contractor to provide refuse and recycling collection, transportation, and disposal in a safe, timely, and environmentally responsible manner, adhering to all federal, state, and local regulations. The contractor must furnish all necessary management, labor, equipment, and supplies. Services are not performed on federal holidays, with pickups rescheduled. Key requirements include providing and maintaining leakproof, labeled containers, with specific provisions for 6-yard general waste dumpsters, 30-yard roll-off dumpsters for general waste and construction materials, and on-call 20-yard roll-off dumpsters. Containers must be clean, odor-free, and regularly sanitized. The contractor must have at least five years of experience, and all personnel must be qualified, communicate in English, and adhere to cemetery rules. Vehicles must be clearly marked, comply with weight limits, prevent spillage, and have current safety certifications. The contractor is responsible for any damage caused and must report incidents immediately. Access to facilities is restricted to weekdays, 8:30 a.m. to 3:00 p.m. The government will conduct surveillance to ensure compliance. Invoices must be itemized monthly via the Tungsten e-Invoice Network after services are completed.
F Pricing.xlsx
Excel31 KBMay 8, 2026
AI Summary
This government file outlines a Request for Proposal (RFP) for waste management services at the Leavenworth National facility, spanning a base year and four option years. The solicitation details requirements for various waste disposal services, including a 6-yard general waste dumpster emptied weekly, a 30-yard rolloff container, and on-call 20-yard rolloff containers. Billing for tonnage on the 30-yard rolloff is also included. Interested parties are explicitly instructed to provide their pricing in Excel format and ensure the accuracy of their bids before the solicitation closes. All pricing must be all-inclusive. The document presents a structured format for contractors to submit their proposed unit and extended prices for each service line item across the base year and all option years.
36C78626Q50108 0001 Ammendment.pdf
PDF211 KBMay 8, 2026
AI Summary
This document is an amendment to solicitation 36C78626Q50108 issued by the Department of Veterans Affairs, National Cemetery Administration. The amendment, identified as 0001, extends the closing date for the solicitation to May 15, 2026. Its primary purpose is to answer solicitation questions and add a Contract Line Item Number (CLIN) for ancillary charges to the pricing schedule. These ancillary charges will be averaged for total pricing evaluation. The amendment reinforces that all other terms and conditions of the original solicitation remain unchanged.
B P09 C Cemetery Operational Standards and Measures.pdf
PDF268 KBMay 8, 2026
AI Summary
This directive from the Department of Veterans Affairs (VA) establishes operational standards and performance measures for National Cemeteries and VA-grant-funded Veterans Cemeteries. It updates organizational structures, roles, and responsibilities for program and district offices, service lines, and cemeteries. The directive mandates compliance with operational standards for all VA National Cemeteries and sets performance measures. These standards and measures are published in the "NCA Operational Standards and Measures Guidebook," accessible online to all employees. The statutory authority for this directive is found in Section 2404 of Title 38, United States Code. Key responsibilities include administering, operating, and maintaining cemeteries in compliance with established standards, evaluating cemetery compliance, and using these standards to assess VA-grant-funded Veterans Cemeteries. The directive supports the National Cemetery Administration's (NCA) mission, purpose, and commitment to customer service in key operational areas. Any cemetery or monument site administered by the NCA is subject to inspection and evaluation for compliance.
C P09 D Dignity Clause.pdf
PDF33 KBMay 8, 2026
AI Summary
The “Dignity Clause” emphasizes respect for headstones and markers in national cemeteries during contractor operations. It mandates that all personnel must treat national cemeteries with the utmost care, reverence, and respect, acknowledging them as the final resting places of service members, Veterans, and their families. Contractors are strictly prohibited from walking, standing, leaning, sitting, jumping on, or driving over headstones and markers. Tools or equipment must not be placed or leaned on them, and care must be taken to prevent damage. Contractors are responsible for replacing any damaged headstones or markers and restoring turf. Additionally, any exposure or damage to remains or burial containers requires immediate contact with the COR, Director/Assistant Director, or Contracting Officer. All personnel and subcontractors must be informed of these guidelines, and any procedural doubts must be addressed with the appropriate authorities.
D P07 2015-5105.pdf
PDF631 KBMay 8, 2026
AI Summary
No AI summary available for this file.
E P09 Past Performance.pdf
PDF12 KBMay 8, 2026
AI Summary
This document, "ATTACHMENT B: PAST PERFORMANCE," outlines the requirements for contractors to submit past performance information for evaluation. It mandates identifying at least three comparable contracts (federal, state, local, or private) completed or current within the last five years. Contractors must prioritize National Cemetery Administration (NCA) contracts, followed by non-NCA contracts. The form requires specific details for each contract, including contract number, contractor information, type of contract, dollar value, award date, type and extent of subcontracting, percentage of work completed by the contractor, a description of supplies/services, location, relevancy, and contact person details.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 9, 2026
amendedAmendment #1Feb 13, 2026
amendedAmendment #2Feb 18, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 15, 2026
expiryArchive DateMay 30, 2026

Agency Information

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

Point of Contact

Name
April Graves

Place of Performance

Leavenworth, Kansas, UNITED STATES

Official Sources