Grounds Maintenance Services Finns Point National Cemetery -- S208
ID: QSE--36C78625Q50005Type: 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 contractors to provide Grounds Maintenance Services at Finns Point National Cemetery in Salem, New Jersey. The procurement includes a base year and four optional one-year periods, focusing on comprehensive grounds maintenance tasks such as mowing, trimming, debris removal, and snow and ice control, all adhering to National Cemetery Administration standards. This contract is crucial for maintaining the cemetery's dignity and appearance, reflecting the government's commitment to honoring veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the specified deadlines, with a guaranteed minimum contract amount of $5,000 and a maximum value of $1,200,000. For further inquiries, contact Antionette Collins at antionette.collins@va.gov.

    Point(s) of Contact
    Antionette CollinsContract Specialist
    antionette.collins@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) issued by the Department of Veterans Affairs for Grounds Maintenance Services at Finn’s Point National Cemetery in Salem, NJ, emphasizing a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). It includes vital details such as the performance period spanning from October 15, 2024, to October 14, 2029, with a guaranteed minimum contract amount of $5,000 and a maximum value of $1,200,000. The RFQ specifies submission deadlines, the requirement for contractors to be registered in the System for Award Management (SAM), and outlines necessary documentation including company information, technical proposals, past performance references, and pricing schedules. Contractors must adhere to strict guidelines for preserving the cemetery's dignity, detailing care for headstones and ceremonies. Furthermore, the document emphasizes compliance with several Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses, affirming that all submitted quotes must be from VIP-listed SDVOSBs. It underscores the importance of adhering to regulatory requirements while providing clarity on the submission process, including communication protocols for inquiries. This RFQ exemplifies the government’s commitment to supporting veteran-owned businesses while ensuring quality and respectful service at national cemeteries.
    The request for proposal (RFP) outlines the maintenance services needed for the Finns Point National Cemetery, which span a base year and four optional follow-up years. The specified tasks include general grounds maintenance, flag management, cleaning of headstones, and multiple turf management applications (fertilization, weed control, aerification, and dethatching). Additionally, it requires shrub and tree maintenance, mulching planting beds, and preparations for ceremonies, as well as provisions for storm damage response and snow and ice removal. Each contract line item (CLIN) covers an extensive list of services that are consistently repeated across the base year and option years, indicating a long-term commitment to maintaining the cemetery's grounds. The document presents estimated quantities and costs, all currently marked at $0.00, suggesting that actual pricing is yet to be determined or finalized. This RFP is pivotal in ensuring proper upkeep and dignity for the national cemetery, reflecting the government's dedication to honoring veterans through maintained memorial spaces. The structured approach towards maintenance tasks emphasizes the importance of consistent service delivery across the contract timeline while encouraging vendors to provide necessary maintenance to preserve the site’s integrity and aesthetics.
    The Finns Point National Cemetery Grounds Maintenance Statement of Work outlines the requirements for a contract to maintain the cemetery grounds, reflecting the site's status as a National Shrine. Comprising a base year and four 1-year option contracts, the maintenance duties include mowing, trimming, debris removal, snow and ice control, and pest management, adhering to stringent National Cemetery Administration (NCA) standards. Contractors must provide all necessary equipment, materials, and utility services, as water and electricity are unavailable onsite. Essential tasks include careful handling of interred remains and headstones, ensuring respectful service throughout. Specific maintenance operations are elaborated, such as mowing techniques, pest control methods, flag duties during ceremonies, and tree care protocols. The contractor is responsible for monitoring and reporting any issues, maintaining a clean environment, and coordinating activities with cemetery ceremonial functions. The document emphasizes the cultural significance of the cemetery while mandating strict adherence to operational guidelines, ensuring the grounds’ dignity and appearance match the solemnity of the site.
    The document appears to be a collection of government-related Request for Proposals (RFPs) and grant documents. The main purpose is to outline the expectations and requirements for submissions related to federal and local funding opportunities. It emphasizes the importance of compliance with stipulated regulations and standards in order to foster accountability and transparency in projects aimed at community improvement or service delivery. Key topics include eligibility criteria, application procedures, evaluation metrics, and compliance standards necessary for consideration. The document likely serves as a guide for applicants seeking financial support, detailing the criteria for successful proposals and asserting the significance of proper project execution aligned with government objectives. Overall, the document aims to enhance the effectiveness of allocated funds through structured proposals and diligent oversight of funded projects, ensuring they meet intended community benefits and regulations.
    The Past Performance Questionnaire is a form designed for contractors to report their previous contracts relevant to federal, state, and local government projects. It requires contractors to identify at least three past contracts completed or current within the last five years, emphasizing those related to the National Cemetery Administration (NCA) first. Information requested includes the contract number, contractor details, role (prime or subcontractor), contract type, dollar value, award date, subcontracting extent, work percentage completed by the contractor, and a description of services provided. Additionally, contractors must provide contact information for references. This questionnaire is a critical component of the evaluation process in government Requests for Proposals (RFPs), ensuring that contractors demonstrate relevant experience and capacity to fulfill contract requirements effectively.
    The document outlines requirements for subcontractor participation within federal contracting opportunities, focusing on the inclusion of small businesses. It necessitates the prime contractor to identify their size and socioeconomic categories, such as Small Business or specific subsets like Woman-Owned or Service-Disabled Veteran-Owned Small Businesses. It further establishes a framework for reporting participation levels, where contractors must indicate total contract values alongside minimum quantitative requirements for various small business categories, including Small Disadvantaged and HUBZone businesses. Additionally, the document requires detailed listing of subcontractor participants, including their names, contact information, business categorization, and the percentage of work to be performed. This structure aims to promote diverse business participation in government contracts and ensure compliance with federal regulations, thereby enhancing opportunities for small and disadvantaged businesses across the contracting landscape.
    The ANSI A300 Standards outline performance standards for the pruning and maintenance of trees, shrubs, and other woody plants, aiming to guide federal, state, municipal, and private authorities in developing maintenance specifications. These standards require specifications for tree maintenance to be written by qualified professionals and emphasize the importance of safety, compliance with OSHA regulations, and proper pruning techniques. Key reasons for tree pruning include enhancing safety, health, structure, and aesthetics. Different types of pruning—such as cleaning, thinning, raising, reduction, and specialty pruning—are detailed, along with guidelines to ensure proper cuts, minimize damage, and enhance tree health. Safety guidelines mandate that only trained arborists perform tree maintenance, and rigorous standards for pruning cuts are established to prevent injury to the tree and surrounding structures. The document serves as a crucial resource for those involved in tree care, ensuring effective management practices while complying with industry standards.
    The document outlines a series of federal and local government Requests for Proposals (RFPs) and grant opportunities focused on various infrastructure projects. These proposals are aimed at enhancing governmental operations through improved services and community programs. Key areas include transportation improvements, public safety enhancements, technology upgrades, and environmental sustainability initiatives. The frameworks within these RFPs emphasize compliance with federal regulations, accountability in fund allocation, and the promotion of local business engagement. This information serves as a crucial tool for organizations seeking federal and state funding for projects that align with government priorities, fostering collaboration between federal and local entities. The overall purpose is to streamline processes, maximize resource utilization, and ensure that public funds are directed toward projects with substantial community impact, thereby facilitating ongoing governmental development and enhanced public service delivery.
    The NCA Handbook 3420 outlines procedures for turfgrass maintenance at VA national cemeteries, aiming to maintain healthy and visually appealing grounds. It serves as a resource for establishing and caring for turfgrass, detailing responsibilities for various officials, including the Under Secretary for Memorial Affairs and the NCA Chief Agronomist. Key topics include selecting appropriate seed types for cool and warm seasons, methods for establishing new turfgrass on freshly filled or sunken graves, and outlined maintenance practices such as mowing, fertilization, and pest control. The handbook emphasizes ensuring proper procedures are followed to uphold the National Shrine appearance, and it provides operational flow charts and cost estimates for maintenance activities. Specific guidelines are provided for aerification, thatch removal, and effective pest management strategies. The document serves as a crucial reference for cemetery grounds personnel, ensuring consistency in maintaining the aesthetic standards of national cemeteries while honoring veterans and their families. Its relevance to RFPs and grants may stem from ongoing needs for cemetery maintenance contractors or funding for grounds improvement projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Combined Synopsis Solicitation Grounds Maintenance Washington Crossing National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for grounds maintenance services at the Washington Crossing National Cemetery. The procurement includes a base contract period from October 15, 2024, to October 14, 2025, with four optional one-year extensions, focusing on maintaining the cemetery's appearance and ensuring respectful care for those interred. This contract emphasizes the importance of adhering to federal regulations and operational standards while upholding the dignity of veterans' memorials. Interested contractors must submit detailed proposals by September 27, 2024, and can direct inquiries to Contracting Officer Antionette Collins at antionette.collins@va.gov.
    Grounds maintenance services at the San Joaquin Valley National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    Sources Sought Notice Only: Grounds maintenance services at the San Joaquin Valley National Cemetery. The Department of Veterans Affairs is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide grounds maintenance services at the cemetery. These services include maintaining the grounds, supporting ceremonies, and ensuring the overall upkeep of the cemetery. Interested companies capable of performing these services should email their statement of interest to Ralph.Crum@va.gov. The place of performance is located at the San Joaquin Valley National Cemetery in Santa Nella, California, United States.
    Notice of Intent to Sole Source. Furnish all labor, supervision, equipment, materials & supplies necessary to provide Grounds Maintenance Services at Albany Rural Cemetery Soldiers Lot. -- S208
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to issue a Sole Source Award for Grounds Maintenance Services at the Albany Rural Cemetery Soldiers Lot in Albany, New York. The procurement requires the selected contractor to furnish all labor, supervision, equipment, materials, and supplies necessary for maintaining the cemetery grounds, emphasizing the importance of specialized services for veterans' memorials. The contract is set to run from October 1, 2024, to September 30, 2025, with an estimated total value of $19,200, and interested parties must express their interest and submit offers by September 20, 2024. For inquiries, contact Hugh O'Neil at hugh.oneil@va.gov.
    PRESOLICITATION NOTICE: Grounds maintenance services at the Bakersfield National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    Sources Sought Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking Grounds maintenance services at the Bakersfield National Cemetery. This service is typically used for maintaining the grounds and overall appearance of the cemetery. The service requirements include gravesite maintenance, tree and shrub maintenance, irrigation system management, stormwater/drainage system maintenance, trash removal, pavement upkeep, ice prevention/snow removal, maintaining structures, and headstone services. Interested parties should submit a statement of interest and capability to Ralph.Crum@va.gov by 6/21/2024.
    Grounds Maintenance for the Los Angeles National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    Sources Sought Notice Only - Grounds Maintenance Services at the Los Angeles National Cemetery. This procurement is being conducted by the VETERANS AFFAIRS, DEPARTMENT OF. The service being procured is Grounds Maintenance Services, specifically for the Los Angeles National Cemetery. Grounds Maintenance Services typically involve the upkeep and maintenance of outdoor areas, including landscaping, mowing, trimming, and general groundskeeping tasks. The Los Angeles National Cemetery is located in Los Angeles, California, in the United States. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the set-aside code SDVOSBC. The NAICS code for this procurement is 561730, which corresponds to Landscaping Services. The PSC code is S208, which falls under the category of HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING. For more information, interested parties can contact Ralph Crum at ralph.crum@va.gov.
    Sources Sought Jefferson Barracks Aggregate and Sod Delivery -- 9999
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Sources Sought opportunity related to the delivery and installation of aggregate and sod at the Jefferson Barracks National Cemetery in St. Louis, Missouri. The procurement involves providing new sod, topsoil, compost, and sand, with a contract structured as an Indefinite Delivery Indefinite Quantity (IDIQ) for the base year plus four option years, contingent upon the availability of FY25 funds. This initiative is crucial for maintaining the cemetery's standards as a national shrine honoring veterans, requiring strict adherence to operational procedures to ensure no disruption to cemetery activities. Interested parties must submit their capability statements and compliance documents via email to April Graves at april.graves@va.gov by September 30, 2024.
    Y1PZ--895-NRM-FY24-002 -REPLACE IRRIGATION SYSTEM ON MOUND HILL Golden Gate National Cemetery
    Active
    Veterans Affairs, Department Of
    Presolicitation notice: The Department of Veterans Affairs, National Cemetery Administration, plans to replace the irrigation system on Mound Hill at Golden Gate National Cemetery in San Bruno, CA. The service being procured is landscaping services, specifically the installation of turf irrigation and related restoration work. The contractor will be responsible for protecting existing irrigation systems, making temporary adjustments, and performing turf renovation, establishment, warranty, and headstone cleaning. The procurement is set aside for Veteran-Owned Small Business concerns, and only verified VOSB firms are eligible to submit offers. Interested vendors must be registered and verified on vetbiz.gov and SAM.gov. The solicitation will be posted on Contract Opportunities at sam.gov. The estimated construction magnitude for this requirement is between $250,000 and $500,000. The NAICS code is 561730, and the business size standard is $8.5 million. For more information, contact Flora Taylor at flora.taylor@va.gov.
    36C78624Q50393 l BioChar l PCD-904 -- 8720
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the National Cemetery Administration, is seeking proposals for the procurement of Biochar Medium Particle 3MM, or an equivalent compost material, for use at the Santa Fe National Cemetery. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the delivery of 1,250 cubic foot bags of biochar, which will serve as a soil conditioner and fertilizer to maintain the cemetery's grounds and uphold its memorial standards. Compliance with U.S. EPA certifications and strict quality assurance measures is essential, with a delivery timeline of ten days following order receipt. Interested vendors should contact Ralph Crum at ralph.crum@va.gov, with proposals due by September 23, 2024.
    Grounds Maintenance & Snow Removal Services at MO074 - Kansas City, MO
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking a qualified contractor to provide Grounds Maintenance and Snow Removal Services at the MO074 facility located in Kansas City, Missouri. The contract encompasses a performance period from November 1, 2024, to October 31, 2025, with four optional one-year extensions and a six-month option to extend services, ensuring safe accessibility and maintenance of the facility throughout the winter months. This procurement is critical for maintaining operational readiness and safety at the facility, with specific requirements for snow removal and grounds maintenance services outlined in the solicitation documents. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes and all required documentation by the specified deadline, with written questions due by September 25, 2024. For further inquiries, contact Ms. Deena Murphy at deena.l.murphy.civ@army.mil.
    DDNV Grounds Maintenance and Snow/Debris Removal COMBINED SYNOPSIS SOLICITATION
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide Grounds Maintenance and Snow/Debris Removal services at DLA Distribution Norfolk, Virginia. The contract requires comprehensive management, tools, supplies, equipment, and labor to maintain a safe environment across over 2.4 million square feet of federal property, including regular lawn care, debris removal, and timely snow/ice management. This procurement is crucial for ensuring the safety and aesthetics of government properties, with a contract period consisting of a one-year base period and four one-year options. Interested parties must submit their proposals by November 1, 2024, and can direct inquiries to George L. Cradic at george.cradic@dla.mil.