Grounds Maintenance Keokuk National Cemetery -- S208
ID: QSE--36C78625Q50037Type: 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 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.

    Point(s) of Contact
    Olalekan IsmailContracting Officer
    olalekan.ismail@va.gov
    Files
    Title
    Posted
    The document details a Request for Quote (RFQ) for Ground Maintenance Services at the Keokuk National Cemetery, issued by the Department of Veterans Affairs. This solicitation is specifically set aside for Service-Disabled Veteran Owned Small Businesses and spans an initial contract period from May 1, 2025, to April 30, 2026, with four optional extensions. The key components include provisions for dignity in handling headstones and markers, a site visit on February 27, 2025, and strict submission guidelines for contractors who must be registered with the System for Award Management (SAM). Interested vendors are required to present comprehensive company information, including past performance and technical capabilities, formatted across four specific document volumes. The solicitation emphasizes the need for adherence to regulations, including those regarding hazardous materials and compliance with various federal acquisition clauses. Overall, this RFQ aims to procure qualified vendors capable of maintaining the cemetery with respect and professionalism while adhering to governmental operational standards. The emphasis on empowering veteran-owned businesses highlights a commitment to supporting these communities.
    The Keokuk National Cemetery Grounds Maintenance contract outlines services required for maintaining the cemetery grounds over five fiscal years, starting from May 1, 2025, to April 30, 2030. The main tasks include mowing 14.5 acres of turf, trimming approximately 4,900 headstones, aerating, overseeding, and applying various herbicides and fertilizers. Additional responsibilities encompass tree pruning and removal, irrigation management, and headstone cleaning twice a year. The document specifies similar maintenance tasks for each option year, with gradual adjustments in the linear footage of curb and sidewalk edging and increased headstone cleaning in the final year. The contract includes a breakdown of costs associated with each service categorized under different CLINs (Contract Line Item Numbers) and quantities, with a total cost structure yet to be finalized. This maintenance contract highlights the federal government's commitment to preserving national cemeteries and ensuring dignified management of veteran memorial sites, consistent with governmental standards for caretaking and landscaping services. The structured approach to service provision allows for options to extend maintenance responsibilities year after year, ensuring continuous upkeep of the cemetery's grounds.
    The Performance Work Statement outlines the requirements for grounds maintenance, headstone cleaning, and alignment at the RI/Keokuk National Cemetery. The National Cemetery Administration (NCA) emphasizes honoring veterans through meticulous upkeep of cemetery grounds, which must reflect dignity and respect. Work is to occur during regular hours, and contractors must adhere to strict maintenance standards, ensuring services are performed with reverence for the interred. Key tasks include turf mowing, trimming around headstones, herbicide applications, tree management, and bi-annual headstone cleaning. Contractors are expected to coordinate closely with the Contracting Officer (CO) and Contracting Officer Representative (COR) to align work schedules with cemetery activities. The document also details roles, responsibilities, and quality control measures, emphasizing the importance of standards in conducting operations without disrupting cemetery events. Overall, the contract aims to uphold the cemetery's status as a national shrine while delivering high-quality maintenance services.
    The document is the Wage Determination under the Service Contract Act, outlining minimum wage rates and fringe benefits applicable to various occupations in Iowa. It specifies that contracts awarded after January 30, 2022, must pay at least $17.75 per hour, while contracts awarded between 2015 and January 29, 2022, require a minimum of $13.30 per hour if not renewed. The determination lists hourly wages for numerous job categories, including administrative, automotive, food service, health, and technical occupations, along with additional mandated benefits such as health and welfare provisions and paid vacation. Contractors must provide a comprehensive coverage of duties, ensuring all workers receive appropriate compensation. The document also includes guidelines for unlisted employee classifications requiring a conformance process and outlines contractors' obligations under Executive Order regulations, including compliance with paid sick leave requirements. Overall, this wage determination serves to ensure fair labor practices and appropriate compensation for service contract workers, reflecting the federal government's commitment to worker rights in government-funded projects.
    The document is a Past Performance Questionnaire intended for contractors to showcase their previous experience in fulfilling federal, state, and local government contracts that are comparable to the contract being evaluated. Contractors must provide details on at least three contracts completed or ongoing within the past five years, prioritizing those related to National Cemetery Administration (NCA). The questionnaire outlines critical information required for each contract, including the contractor’s name and contact information, type of contract, dollar value, award date or status, extent of subcontracting, work completion percentage, a description of services provided, and contact details for the reference. This structured approach facilitates the evaluation of a contractor's past performance and capabilities, which is crucial for making informed decisions in government RFP processes. Ultimately, the document emphasizes the importance of the contractor’s experience in similar projects for ensuring reliability and quality in future engagements.
    This document outlines wage determinations for building construction projects in Iowa, specifically applicable to certain counties while ensuring compliance with the Davis-Bacon Act and relevant Executive Orders. It mandates that contractors pay minimum wage rates to covered workers, which vary based on the contract's date and conditions of renewal. For contracts entered into after January 30, 2022, a minimum wage of $17.75 per hour is required, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour. The document lists various construction roles, including rates and fringe benefits specific to each job classification, such as boilermakers, carpenters, and electricians, along with procedural details for appeals regarding wage determinations. This information serves as a critical guideline for contractors adhering to federal wage laws while ensuring fair compensation and labor rights in construction projects funded or overseen by government entities.
    The document outlines specifications for a Contractor tasked with raising and realigning upright headstones in a cemetery, emphasizing orderly and minimal disruption to the site. The Contractor must work on one burial row at a time, ensuring the accurate placement and alignment of headstones, utilizing professional oversight and land surveying. Key tasks include extracting headstones without removing them from their gravesites, backfilling and compacting crushed rock to provide stable support, and maintaining proper height and alignment to ensure a visually uniform appearance. The document provides stringent guidelines regarding headstone handling, replacement protocols for damaged stones, and proper materials for base construction. Coordination with the Contracting Officer (CO) is essential for approving work schedules, methods, and any required modifications caused by site conditions. The goal is to ensure the dignity of the burial sites is maintained while achieving necessary renovations in compliance with specified standards. This project demonstrates the government's commitment to upholding the integrity of memorial sites through structured processes.
    The Sub-Contractor Participation Document outlines requirements for federal and local projects by prime contractors regarding the engagement of small businesses. It collects data on the prime contractor's size and designation, requiring an indication of applicable socioeconomic categories, such as Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone) Small Business, and Service Disabled Veteran Owned Small Business (SDVOSB). The document seeks specifics on participation levels of small businesses, detailing the total contract value and minimum quantitative requirements. It asks for funding breakdowns by business category, delineating percentages of total contract value allocated to various small business classifications. Additionally, it provides a section for listing subcontractor participants, requiring detailed information on their business size, contact details, and the services/products provided, along with the NAICS code and the percentage of work they will perform relative to the total contract value. Overall, the document serves to ensure transparency and promote equitable opportunities for small business engagement in government contracts, which aligns with federal initiatives to enhance diversity and inclusion in contracting processes.
    The National Cemetery Administration (NCA) establishes comprehensive operational standards and measures aimed at maintaining national cemeteries as sites of honor and remembrance for veterans. These standards address various facets of cemetery operations, including interment processes, grounds maintenance, the upkeep of headstones and memorials, and equipment maintenance. The document outlines specific goals, such as ensuring timely application processing, maintaining the visual integrity of burial sites, and providing dignified committal services. Key measures include maintaining turf health, alignment and cleanliness of headstones, and ensuring facilities meet accessibility standards. Regular inspections and updates to operational procedures are mandated to guarantee adherence to these standards. The overarching goal is to create an awe-inspiring environment that reflects the sacrifice and service of veterans, ensuring visitor satisfaction through systematic evaluation processes, such as annual surveys. The guidelines promote a consistent visual and operational quality across all national cemeteries, reinforcing their role as national shrines.
    The federal grant initiative targets the development of community-based programs aimed at enhancing mental health services for underserved populations. The proposal outlines the necessity for comprehensive mental health support, emphasizing the importance of accessibility, culturally competent care, and collaboration among local organizations. The grant will fund various activities, including outreach, assessment, treatment, and educational workshops. Special attention is given to integrating technology in service delivery, such as telehealth options, to reach a broader audience. Specific eligibility criteria for applicants, including non-profits and public agencies, are detailed, along with the evaluation process for proposals based on effectiveness and sustainability. This initiative reflects a commitment to addressing mental health disparities and improving overall community well-being through robust support systems and partnerships.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Amendment 002 Solicitation - 36C78625Q50121 - Danville, IL National Cemetery Grounds Maintenance, Janitorial & Irrigation System -- S208
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for grounds maintenance, janitorial, and irrigation system services at the Danville National Cemetery in Illinois. The contract, designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), spans a five-year term from April 1, 2025, to March 31, 2030, and includes a base year with four option years, emphasizing the importance of maintaining the cemetery with dignity and respect for interred veterans. Key responsibilities include routine maintenance tasks such as mowing, aeration, debris removal, and headstone care, with a total potential contract value of approximately $4.5 million. Interested contractors must submit their proposals by 12:00 PM EST on February 19, 2025, and can direct inquiries to Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    PRESOLICITATION NOTICE ONLY: Grounds Maintenance base year plus 4 option years at the Omaha/Fort McPherson National Cemeteries. -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for grounds maintenance services at the Omaha and Fort McPherson National Cemeteries, with a contract term consisting of a base year plus four option years. The procurement aims to ensure the upkeep and aesthetic maintenance of these significant sites, which serve as final resting places for veterans and their families. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 561730, and interested parties can reach out to Ralph Crum at ralph.crum@va.gov for further details. The presolicitation notice indicates that the contract will be awarded following the appropriate procurement processes, although specific funding amounts and deadlines have not been disclosed.
    Beverly National Cemetery Grounds Maintenance Indefinite Delivery Indefinite Quantity for a base and four, one year option periods -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide grounds maintenance services at Beverly National Cemetery, with a contract structured as an Indefinite Delivery Indefinite Quantity (IDIQ) for a base year and four optional years. The procurement includes comprehensive landscaping tasks such as turf management, headstone cleaning, snow removal, and pest control, all aimed at maintaining the cemetery's dignity and respect for veterans interred there. This contract, with a total maximum budget of $6 million, emphasizes adherence to National Cemetery Administration standards and requires compliance with safety protocols, including OSHA regulations. Interested vendors must submit their quotes by 8:00 AM EST on February 28, 2025, and are encouraged to attend a mandatory site visit on February 18, 2025; for further inquiries, contact Antionette Collins at antionette.collins@va.gov.
    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.
    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.
    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.
    Notice of Sole Source - Grounds Maintenance Services for Jefferson Barracks National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs, through its National Cemetery Administration, is seeking to procure grounds maintenance services for the Jefferson Barracks National Cemetery in St. Louis, Missouri. The contract, which will be awarded to Worrell Contracting Co. Inc., a certified service-disabled veteran-owned small business (SDVOSB), will cover a seven-month period from October 1, 2024, to April 30, 2025, and includes essential services such as mowing, trimming, edging, flower removal, and leaf management. This procurement is critical to ensure uninterrupted service and maintain operational standards that honor veterans, with the contract value remaining under $5 million to comply with competitive guidelines. For further inquiries, interested parties can contact Olalekan Ismail at olalekan.ismail@va.gov.
    Combined Synopsis Solicitation - 36C78625Q50137 - Kentucky Bluegrass Sod for Calverton National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting quotations for the purchase and delivery of Kentucky Bluegrass sod for Calverton National Cemetery through Request for Quotation (RFQ) 36C78625Q50137. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base year and four optional yearly extensions, with a guaranteed minimum of $40,000 and a maximum ceiling of $1,000,000 over the contract's duration. This sod is crucial for maintaining the cemetery's aesthetic appeal and dignity, given its status as a national shrine, and must meet specific quality and delivery requirements. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must register with the System for Award Management (SAM) and submit their quotes by March 5, 2025, as no discussions are anticipated post-submission. For further inquiries, vendors can contact Sarah Poole at sarah.poole1@va.gov.
    Y1QA--861CM3011: Facility Condition Assessment (FCA) Deficiencies Corrections Repairs, Mill Springs National Cemetery
    Buyer not available
    The Department of Veterans Affairs is issuing a request for proposals (RFP) for a firm-fixed-price contract aimed at correcting deficiencies at the Mill Springs National Cemetery in Kentucky. The project involves renovating and expanding Maintenance Building 3001, repairing repaved asphalt roads, and ensuring compliance with local, state, and federal regulations, with a focus on maintaining the integrity of the cemetery during construction. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 270 days from the notice to proceed. Interested contractors must submit sealed bids by the specified deadline and can contact Clarelle Sylvain at clarelle.sylvain@va.gov or 325-467-9329 for further information.