Combined Synopsis/Solicitation 36C78625Q50180 Acadia National Cemetery -- S208
ID: QSE--36C78625Q50180Type: Combined Synopsis/Solicitation
AwardedJun 1, 2025
$958.4K$958,380
AwardeeLANDER GROUP LLC
Award #:QAE--36C78625D50313
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 from qualified contractors to provide comprehensive grounds maintenance services at Acadia National Cemetery in Jonesboro, Maine. The contract, identified as Combined Synopsis/Solicitation 36C78625Q50180, includes a base period from June 1, 2025, to May 31, 2026, with four additional one-year options, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for maintaining the cemetery's appearance and dignity, performing tasks such as mowing, trimming, trash removal, and snow and ice management, while adhering to federal labor standards and wage determinations. Interested parties must submit their quotes by May 2, 2025, and can contact Contracting Officer Antionette Collins at antionette.collins@va.gov for further information.

    Point(s) of Contact
    Antionette CollinsContracting Officer
    antionette.collins@va.gov
    Files
    Title
    Posted
    The document is an amendment to solicitation number 36C78625Q50180 issued by the National Cemetery Administration of the Department of Veterans Affairs, detailing modifications to a contract for grounds maintenance services at Acadia National Cemetery. The amendment, effective from April 16, 2025, revises wage determination and cost schedules, updating Attachment D to ME20240007 and changing the solicitation date to April 30, 2025. This document outlines various tasks and their corresponding pricing for cemetery maintenance, such as grave excavation, headstone setting, and grounds upkeep. It emphasizes adherence to labor laws under the Davis-Bacon Act, ensuring contractor compliance with minimum wage rates established by Executive Orders. The amendment retains all other contract terms, signaling ongoing requirements for contractor acknowledgment and compliance. This amendment is critical to maintaining standards and regulating the costs associated with veteran burial sites, ensuring appropriate compensation for labor involved in these services.
    The document outlines a price cost schedule for Grounds Maintenance Services at Acadia National Cemetery, spanning a base year and four option years from June 1, 2025, to May 31, 2030. It details various Line Item Numbers (CLIN) with descriptions of services required, including general grounds maintenance, headstone cleaning and setting, grave excavation, and seasonal services like snow removal. The schedule specifies unit costs and estimated quantities for each service, as well as wage determination references for labor compensation. The structure of the document is divided into a base year and subsequent option years, detailing a comprehensive array of maintenance tasks necessary for cemetery upkeep. The overall purpose reflects a federal procurement process aimed at selecting contractors to manage and maintain the cemetery, ensuring compliance with federal guidelines and standards for labor and service quality.
    The document outlines the Price Cost Schedule for Grounds Maintenance Services at the Acadia National Cemetery, detailing the base year and four option years. The services include general grounds maintenance, grave excavation, memorial settings, and restroom cleaning, with tasks assigned specific unit costs and quantities for each contract line item number (CLIN). Each option year, from June 1, 2026, to May 31, 2030, extends the service agreement, with adjustments in quantities for tasks such as headstone cleaning, niche settings, and other maintenance services. The purpose of this document is to provide a structured pricing framework for contractors bidding on the management and upkeep of cemetery grounds, ensuring compliance with federal wage determinations and operational standards. By delineating tasks and associated costs, the government aims to streamline the procurement process for essential cemetery maintenance services, highlighting its commitment to providing respectful and dignified care for veterans’ resting places.
    The document outlines the Statement of Work for Grounds Maintenance Services at Acadia National Cemetery in Maine, establishing the contractor's responsibilities for maintaining the cemetery as a national shrine. It specifies a contract duration from June 1, 2025, to May 31, 2026, with options for four additional years. The contractor must provide all necessary labor, equipment, and materials to ensure the cemetery's appearance meets expected standards during regular hours and special observances. Key services include regular mowing, trimming, leaf removal, trash collection, snow and ice removal, and the installation and maintenance of sod. The contractor is also tasked with the daily maintenance of the committal shelter and the raising and lowering of the U.S. flag. Furthermore, pest control measures and essential maintenance of trees, shrubs, and planting beds are detailed to uphold the cemetery's aesthetic. Particular attention is given to maintaining respect for the gravesites and their occupants, emphasizing the importance of care during all maintenance tasks. The document serves as a comprehensive guide for contractors, ensuring adherence to operational standards established by the National Cemetery Administration, while highlighting the ceremonial significance of the site for veterans and their families.
    The document outlines Wage Determination No. 2015-4007, which details the prevailing wage rates under the Service Contract Act. Applicable to various counties in Maine, it specifies minimum hourly rates and fringe benefits for numerous occupations, influenced by Executive Orders 14026 and 13658. Contracts awarded post-January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 unless a higher rate is set in this request for proposal (RFP). Additionally, the document includes provisions for fringe benefits such as health and welfare contributions, vacation, and paid sick leave, emphasizing compliance with federal standards for contractor employee compensation. Mandatory benefits, classifications for occupations, and guidelines for any additional classifications that may arise during contract execution are also detailed, ensuring transparency and protection for workers involved in federal contracts. This wage determination serves as essential compliance guidance for contractors engaged in government procurement projects.
    This document is a General Wage Determination for heavy dredging contracts in Maine, effective January 5, 2024, and supersedes the previous determination from 2023. It outlines wage rates for various classifications of workers involved in dredging operations along the Atlantic coast of Maine, excluding self-propelled hopper dredges. The classifications range from Deck Captain and Mechanical Dredge Operators to Oiler and Deckhands, with specified hourly rates and fringe benefits. Contractors must comply with the Davis-Bacon Act, which mandates minimum wage standards based on Executive Orders. Relevant wage rates are influenced by the date of contract award and renewal, with specified rates (e.g., $17.20 per hour under EO 14026) applicable to contracts entered into or renewed on or after January 30, 2022. Additional benefits include paid holidays and vacation entitlements. The document also outlines the process for addressing wage determination appeals and highlights that unlisted classifications may be added post-award. This determination is crucial for federal contracts and grants, ensuring equitable compensation for labor in state and federal construction projects.
    The document outlines the wage determination for heavy construction projects in Washington County, Maine, under the Davis-Bacon Act, effective January 3, 2025. It specifies minimum wage rates based on Executive Orders 14026 and 13658, mandating that contractors pay workers at least $17.75 per hour for covered contracts awarded after January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates apply. Various labor classifications and corresponding wage rates are provided, including rates for carpenters, electricians, ironworkers, and operators, as well as stipulations for categorization updates. The document also mentions the paid sick leave requirements under Executive Order 13706, emphasizing that federal contractors must provide paid sick leave to employees. It delineates the process for appealing wage determinations and classifies where rates are derived from surveys, unions, or state adoption. Overall, this document serves as a crucial guideline for compliance in federal and state contracts, ensuring fair labor practices and adherence to wage laws for government-funded construction projects.
    The provided document outlines requirements and guidelines related to sub-contractor participation in federal contracts, specifically focusing on the categorization of small businesses. It requires prime contractors to indicate their size and socioeconomic status, such as Small Business, Woman-Owned, and Service-Disabled Veteran-Owned. The contract value delineation is critical, detailing minimum quantitative requirements for various business categories, including total values for prime contractors and small businesses. Sub-contractor details are essential, requiring listings of company names, addresses, business sizes, products/services offered, NAICS codes, and the percentage of work performed relative to the total contract value. This structure emphasizes the government's goal of promoting small business engagement in federal contracting, ensuring a diverse representation in procurement opportunities. Overall, the document serves as a framework to foster participation from various business categories, aiming to enhance inclusivity and support for small businesses within federal contracts.
    The document is a complex representation of various government RFPs (Requests for Proposals), federal grants, and state/local RFPs focused on funding and project allocation. It outlines the intricate details needed for submissions, including eligibility criteria, project objectives, compliance guidelines, and potential funding limits. The structure emphasizes clarity in the grant application process while also addressing the expectations for reporting and accountability. Key points include the commitment to enhancing community development through strategic investment in public projects, improvements in infrastructure, and the facilitation of environmental sustainability initiatives. Central to the proposals is the focus on equitable access to funding opportunities for diverse communities, promoting innovation and efficient use of resources. Additionally, the document notes the importance of collaboration among governmental entities, stakeholders, and the public in achieving proposed project goals. The overarching purpose is to streamline the grant application process, ensuring transparency and effective utilization of federal and state resources, ultimately contributing to community resilience and economic growth.
    The ANSI A300 Standards document establishes performance standards for the care and maintenance of trees, shrubs, and other woody plants, primarily aimed at guiding federal, state, municipal, and private authorities. The standards define key practices for tree pruning, detailing purposes such as risk reduction, health maintenance, and aesthetic improvement. The document emphasizes that tree maintenance should be conducted by qualified arborists who adhere to safety regulations, including OSHA standards. Section 2 outlines pruning practices, emphasizing the importance of proper cutting techniques to minimize harm to the tree, while limiting foliage removal to 25% during a growing season. It classifies various types of pruning including cleaning, thinning, and specialty pruning methods like pollarding and vista pruning. Additionally, the document discusses utility pruning, offering guidelines for maintaining tree health while preventing service disruptions. By stipulating these standards, the document serves as an essential framework for those involved in tree care operations and supports environmental management goals relevant to local and federal agencies engaged in public service and infrastructure projects.
    The document is a Combined Synopsis/Solicitation notice from the Department of Veterans Affairs (VA) for grounds maintenance services at Acadia National Cemetery in Jonesboro, Maine. This solicitation, numbered 36C78625Q50180, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires quotes to be submitted by May 2, 2025. The contract will have a base period from June 1, 2025, to May 31, 2026, with four additional one-year options. Key requirements include a commitment to maintaining dignity and respect for burial sites, with strict protocols to prevent damage to headstones and remains. Contractors must be proficient in grounds maintenance as defined in the attached Statement of Work (SOW) and must submit a comprehensive quote organized into three volumes covering company information, technical proposals, and pricing. Quoters are advised to inspect the work site and communicate with the Contracting Officer for any clarifications. The solicitation emphasizes compliance with numerous federal regulations and standards, as well as requirements for employee rights and safety protocols. The selected contractor will need to demonstrate experience in delivering complete grounds maintenance services while adhering to specific operational standards. This notice reflects the VA's commitment to ensuring quality maintenance of national cemeteries with a focus on veteran services.
    Similar Opportunities
    Annapolis and Loudon Park National Cemeteries are in need of Grounds maintenance.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for grounds maintenance services at the Annapolis and Loudon Park National Cemeteries in Baltimore, Maryland. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves the cancellation of a previous contract award due to a protest and subsequent reassessment of requirements. Grounds maintenance is crucial for maintaining the dignity and appearance of national cemeteries, ensuring they honor the service of veterans. Interested parties can contact Contracting Officer Hugh O'Neil at hugh.oneil@va.gov for further details regarding this opportunity.
    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.
    S208--Snow Removal Services TOGUS MAINE 402-26-1-4808-0031
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for snow removal services at the VAMC Togus in Augusta, Maine, under Solicitation Number 36C24126Q0132. The procurement aims to secure comprehensive snow and ice management for various facility areas, ensuring safety for patients, employees, and visitors during the winter months, with a contract period of one year and four optional renewal years. The selected vendor will be responsible for maintaining clear access to critical areas, utilizing specific de-icing products, and adhering to safety and operational standards outlined in the Statement of Work. Quotes are due by December 18, 2025, at 11:00 AM EST, and must be submitted to Tyler Kenyon at tyler.kenyon@va.gov, with the contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
    F014--Tree Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Tree Removal Services for the Togus VA Medical Center located in Augusta, Maine. The procurement includes tree removal, stump grinding to a minimum depth of six inches, chipping or hauling away debris, and mulching with environmentally safe coloring, with the contract structured as a base year plus one option year. This service is crucial for maintaining the safety and aesthetics of the medical center's grounds, ensuring compliance with environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their firm fixed price quotes, along with a completed Limitation of Subcontracting form and a technical capabilities proposal, by December 26, 2025, at 5:00 PM EST. For further inquiries, contact Kenya R. Mitchell at Kenya.Mitchell1@va.gov.
    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 0001- Amendment 1 Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining the dignity and reverence of this National Shrine. The contract will cover a base year from January 1, 2026, to December 31, 2026, with four additional option years, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key responsibilities include daily cleaning, restroom maintenance, and periodic deep cleaning, with strict adherence to protocols regarding interactions with headstones and remains. Interested offerors must submit their quotes by December 17, 2025, and are encouraged to attend a site visit on December 10, 2025; for further inquiries, contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    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.
    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.
    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.
    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.