National Memorial Cemetery of the Pacific Facility Support Services
ID: 36C78625Q50134Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Veterans Affairs is seeking quotes for Facility Support Services at the National Memorial Cemetery of the Pacific in Hawaii, under solicitation number 36C78625Q50134. The procurement aims to maintain the cemetery as a National Shrine, encompassing comprehensive facility and grounds maintenance tasks, including HVAC, building upkeep, lawn care, and debris removal, with a focus on honoring veterans. 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 from April 1, 2025, through March 31, 2030. 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for Facility Support Services at the National Memorial Cemetery of the Pacific, under solicitation number 36C78625Q50134. This combined synopsis/solicitation is officially posted as a Request for Quotation (RFQ) with a response deadline of February 28, 2025. The procurement falls under NAICS code 561210, which encompasses Facilities Support Services, specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The contract is structured as a firm fixed-price contract with a five-year performance period, starting from April 1, 2025, through March 31, 2030. Offerors are expected to demonstrate technical acceptability through a Lowest Price Technically Acceptable (LPTA) evaluation method, requiring a list of proposed supplies and a brief technical narrative. All interested vendors must register with the System for Award Management (SAM) before submission. The solicitation underscores the importance of compliance with labor standards and other contractual requirements. Following the submission instructions carefully is essential for eligibility, with additional emphasis placed on past performance as part of the evaluation process.
    The Performance Work Statement (PWS) outlines the Facility Maintenance and Administration Complex Grounds Maintenance requirements for the National Memorial Cemetery of the Pacific, managed by the Department of Veterans Affairs. The primary objective is to maintain the cemetery as a National Shrine, ensuring high standards of appearance and honoring veterans. The scope includes comprehensive facility maintenance tasks, such as HVAC, hydraulic elevator, solar panel, generator, and building maintenance, along with grounds maintenance services focusing on lawn care, weed control, irrigation, and debris removal. Specific maintenance frequencies are outlined, ensuring regular inspections and upkeep. The contract spans a base year with four options, and all activities occur under strict federal compliance. Key personnel, including a Program/Site Manager, will oversee operations, ensuring quality assurance through regular inspections and adherence to established performance metrics. This document serves as a critical framework for contractors applying in response to government RFPs, emphasizing the importance of maintaining national memorials and veterans' resting places with dignity and respect.
    The Quality Assurance Surveillance Plan (QASP) for the National Memorial Cemetery of the Pacific outlines a systematic approach for monitoring contractor performance related to facilities maintenance and grounds upkeep. It emphasizes a performance-based management strategy, focusing on outcomes rather than procedural compliance, allowing contractors flexibility to innovate while adhering to specified quality standards. The QASP details roles for key personnel, including the Contracting Officer (CO) and Contracting Officer Representative (COR), and describes performance monitoring methodologies, including random surveillance and customer feedback mechanisms. Performance standards dictate that contractors must meet specified objectives, with financial penalties for non-compliance. Monitoring forms will be utilized to capture ongoing assessments, and a monthly report will summarize contractor performance against set metrics. Essential tasks include maintenance of various systems and grounds to National Cemetery Administration standards, with a corrective action plan required for deficiencies. This QASP represents a commitment to ensure effective contractor oversight, enhance service quality, and guarantee taxpayer value in government service contracts.
    The document presents Wage Determination No. 2015-5689 from the U.S. Department of Labor, outlining wage requirements under the Service Contract Act (SCA). It mandates that contractors pay workers a minimum wage based on applicable Executive Orders, specifically $17.75 for contracts post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, considering higher listed rates. The wage determination covers various occupations, detailing specific hourly rates and required fringe benefits, including health and welfare standards, vacation, and holiday entitlements. Additionally, it discusses provisions for uniform allowances, hazard pay, and sick leave under Executive Orders. The directory of occupations categorizes job titles with corresponding rates, emphasizing that job definitions, rather than titles, determine classification under the contract. Contractors are required to follow a conformance process for unlisted occupations, ensuring compliance with wage standards. This document serves to guide federal contractors in meeting legal wage requirements while protecting employee rights and benefits, emphasizing adherence to government standards for contracts and compliance in various states, including American Samoa and Hawaii.
    The Past Performance Questionnaire (PPQ) serves as a comprehensive template for contractors to present their project performance to federal agencies. The document is structured into two main sections: contractor information and client evaluation. Contractors are required to detail their firm information, contract specifics—including project complexity, completion dates, and financial aspects—and describe the relevance of their work to the submission. Clients assess the contractor’s performance across various metrics including quality, timeliness, customer satisfaction, management efficacy, cost management, safety compliance, and overall contract adherence. Each metric utilizes a rating scale from “Exceptional” to “Unsatisfactory,” allowing clients to gauge contractor competency. The evaluation culminates in an overall summary rating and optional remarks, capturing strengths, weaknesses, and overall satisfaction. This PPQ is crucial for government agencies when assessing potential contractors' past performances, ensuring informed contract awards based on documented experience and effectiveness in fulfilling contractual obligations.
    The provision 52.237-1 outlines the expectation for offerors to inspect the site before performing contracted services, specifically for the National Memorial Cemetery of the Pacific. A scheduled site visit is set for February 19, 2025, at 10:00 AM CST, requiring contractors to gather at the Administration Building in Honolulu, Hawaii, 15 minutes prior for a sign-in process. Contractors interested in attending must notify via email to indicate their intent by February 14, 2025. The language emphasizes that failing to inspect the site cannot be grounds for any post-award claims, underscoring the importance of due diligence in understanding local conditions that could impact performance costs. This document serves to ensure that contractors are adequately prepared and informed before entering into a contract, aligning with standard practices in federal RFP processes and grant management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tree Maintenance for Biloxi National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tree maintenance services at the Biloxi National Cemetery in Mississippi. The contract involves various tasks including tree removal, pruning, trimming, and stump grinding, with oversight required from a certified arborist to ensure compliance with environmental regulations and aesthetic standards. This initiative underscores the importance of maintaining the cemetery grounds while supporting veteran-owned enterprises. Proposals must be submitted by February 17, 2025, with work scheduled to take place between February 1, 2025, and September 30, 2025. Interested vendors can direct inquiries to David Hester at David.Hester@va.gov.
    Z2AA--Headstone Maintenance IDIQ Jefferson Barracks National Cemetery
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking bids for a Headstone Maintenance project at Jefferson Barracks National Cemetery, with a presolicitation notice indicating a release date of February 20, 2025. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), requires the contractor to manage all aspects of headstone maintenance, including the setting of new and replacement headstones, cleaning, and grave repairs, while adhering to Veterans Affairs policies and OSHA safety standards. This contract is particularly significant as it honors the final resting places of veterans, with a projected value between $5 million and $10 million, and is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Interested firms must ensure they are registered at vetbiz.gov and SAM.gov, and can direct inquiries to Shane Hilts at shane.hilts@va.gov or by phone at 402-714-8099.
    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.
    Z2AA--Headstone Maintenance Ft Sheridan
    Buyer not available
    The Department of Veterans Affairs is seeking bids for a "Headstone Maintenance" contract at Fort Sheridan National Cemetery in Lake Bluff, Illinois. The contractor will be responsible for maintaining the cemetery, including overseeing interment operations, ensuring proper decorum during burial services, and adhering to National Cemetery Administration standards for safety and appearance. This contract, valued between $5 million and $10 million, is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded under a Firm-Fixed Price IDIQ format, with a performance period of one base year and four option years. Interested parties must be verified SDVOSBs registered with VetBiz and SAM, and should contact Shane Hilts at shane.hilts@va.gov for further details, with the solicitation expected to be announced around February 10, 2025.
    Grounds Maintenance | Base+4 | Edward Hines, Jr. VA Hospital Building 37 | HINES, IL -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for comprehensive grounds maintenance services at the Edward Hines, Jr. VA Hospital in Hines, Illinois, under solicitation number 36C79125Q0013. The contract includes a base year starting April 1, 2025, with four optional renewal years, and encompasses landscaping, stormwater management, and seasonal snow and ice removal, all while adhering to environmental regulations and safety standards. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to enhancing veteran participation in federal contracting opportunities. Interested vendors must submit their quotations electronically by the specified deadline, and a pre-quote site visit is scheduled for February 3, 2025. For further inquiries, potential bidders can contact Regina Rockwood at regina.rockwood@va.gov or Christopher Seitler at christopher.seitler@va.gov.
    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 qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide comprehensive grounds maintenance services at Beverly National Cemetery. The contract encompasses a base year and four optional extension years, with a total maximum budget of $6 million, focusing on tasks such as turf management, headstone cleaning, snow removal, and adherence to National Cemetery Administration standards. This procurement is vital for maintaining the dignity and respect of the cemetery, which honors veterans interred at the site. 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.
    Amendment 001 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 with a total potential value of $4.5 million, emphasizing the importance of maintaining the cemetery with dignity and respect for interred veterans. Key responsibilities include routine maintenance tasks such as mowing, debris removal, and headstone care, alongside managing irrigation systems and ensuring the cleanliness of facilities. Interested contractors must submit their proposals by 12:00 PM EST on February 19, 2025, and are encouraged to attend a site visit on February 14, 2024. For further inquiries, contact 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.
    Z1QA--863-MM2325-010, Historic Lodge FCA Deficiencies Repairs, Mound City National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a Firm Fixed Price contract to address Historic Lodge deficiencies at the Mound City National Cemetery. This project, exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive repairs including restroom renovations, window replacements, and roof rehabilitation, with a project budget ranging from $100,000 to $250,000. The work must adhere to historical preservation standards and be conducted with minimal disruption to cemetery functions, particularly during funerals and ceremonies, emphasizing the project's sensitive nature. Interested bidders must contact Contracting Officer Claude Humphrey at Claude.Humphrey@va.gov and are required to attend a mandatory pre-bid site visit to fully understand the project requirements.
    Combined Synopsis Solicitation 36C78625Q50088 Top soil_ Sand_ and Gravel for Leavenworth National Cemetery -- 5610
    Buyer not available
    The Department of Veterans Affairs is seeking quotes from Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns for the delivery of topsoil, sand, and gravel to the Leavenworth National Cemetery in Kansas. The contractor will be responsible for providing all necessary supervision, labor, equipment, materials, and supplies to fulfill this requirement, which is critical for maintaining the cemetery's operations and honoring veterans' final resting places. This procurement is set aside exclusively for verified SDVOSB entities, with a contract value ranging from a minimum of $5,000 to a maximum of $300,000 over a base year and four optional renewal years. Interested vendors must submit their offers electronically, including detailed pricing in three volumes, and are encouraged to contact Kim Leone at Kim.Leone@va.gov for further information.