Massachusetts National Cemetery Janitorial Services Base and Four, One Year Options -- S201
ID: QSE--36C78625Q50143Type: Combined Synopsis/Solicitation
AwardedMay 29, 2025
$324.9K$324,852
AwardeeS3 SOLUTIONS ONE LLC
Award #:QAE--36C78625C50290
Overview

Buyer

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

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

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 for janitorial services at the Massachusetts National Cemetery, with a contract duration of five years, including a base year and four one-year options. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561720, emphasizing the need for sensitivity and respect in maintaining the cemetery's environment. The contractor will be responsible for a range of custodial tasks, adhering to high standards of service quality, particularly during significant observances like Memorial Day Weekend. Proposals are due by March 24, 2025, with a site visit scheduled for March 18, 2025, and interested parties should contact 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 outlines a combined synopsis/solicitation notice issued by the Department of Veterans Affairs for janitorial services at the Massachusetts National Cemetery. It is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561720, with a total contract duration of five years, including four one-year options. The base period begins on May 1, 2025, and ends on April 30, 2026. Quoters must submit their proposals by March 24, 2025, and are encouraged to attend a scheduled site visit on March 18, 2025, to understand the conditions of the work required. The solicitation emphasizes the need for sensitivity and adherence to the dignity of the cemetery’s environment, with strict guidelines on handling headstones and remains. Quoters should provide a detailed price-cost schedule, company capabilities statement, and relevant experience documentation. This notice, as a Request for Quotation (RFQ), does not guarantee contract award, and the government, although preferring timely offer submissions, is entitled to conduct the procurement process as it deems fit. It aims to ensure compliance with all applicable Federal regulations, fostering participation from SDVOSB entities and promoting the responsible handling of services within a national cemetery setting.
    The Massachusetts National Cemetery is soliciting proposals for janitorial services through a federal Request for Proposal (RFP). The contract encompasses a base year plus four option years, each lasting one year and structured under separate Contract Line Item Numbers (CLINs). Each year requires the provision of extensive cleaning and janitorial services adhering to specified terms and conditions. The quantities specified for each CLIN are uniformly 12 months, indicating a consistent monthly service requirement throughout the contract duration. The document emphasizes the importance of these services in maintaining the cemetery's standards and environments. By outlining these requirements, the RFP aims to attract qualified vendors capable of fulfilling the necessary specifications within the stated timeline and budget considerations.
    The statement of work outlines the custodial and janitorial services required at the Massachusetts National Cemetery, effective from May 1, 2025, until April 30, 2026, with the possibility of four one-year extensions. The National Cemetery Administration, responsible for maintaining over 155 national cemeteries, mandates high standards of maintenance, reflecting respect for Veterans interred there. The contract specifies cleaning duties, including daily, weekly, bi-annual tasks, and heightened attention during Memorial Day Weekend, with strict adherence to safety and service quality. The contractor is responsible for cleaning non-carpeted floors, carpets, restrooms, lockers, and common areas while using specified cleaning products. Additionally, the contractor must maintain supplies for restrooms and kitchen needs and is liable for any damages incurred through negligence. The document emphasizes the importance of personnel conduct, safety regulations, and effective communication, mandating the appointment of a site manager for oversight and compliance. Overall, this document illustrates the federal government’s commitment to maintaining a dignified environment at national cemeteries through structured contracts that ensure high service standards and respect for Veterans.
    The document is a wage determination under the Service Contract Act from the U.S. Department of Labor, reflecting requirements for federal contractors. It establishes minimum wage rates applicable to multiple occupations and outlines conditions pertaining to contracts executed on or after January 30, 2022, and those awarded between 2015 and 2022. Notably, contracts after January 30, 2022, must comply with minimum wage standards set by Executive Orders 14026 and 13658, specifying hourly wages of at least $17.75 and $13.30 respectively. The determination includes detailed wage rates for various job classifications, applicable cities in Massachusetts, and necessary fringe benefits, such as health and welfare, vacation, and holidays. Furthermore, it incorporates provisions for sick leave under Executive Order 13706 and outlines conformance procedures for unlisted job classifications. These guidelines ensure employees receive appropriate compensation and comply with labor laws. The document serves as an essential reference for contractors navigating wage and benefit obligations in federal contracts, ensuring that workers receive fair compensation in compliance with federal mandates. Overall, it underscores the government’s commitment to protecting workers' rights in service contract roles.
    The document outlines requirements for sub-contractor participation in federal and state/local contracts, focusing on the inclusion of small businesses. It categorizes prime contractors based on size and socioeconomic status, including designations like Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB). Detailed sections provide a framework for specifying total contract values, minimum quantitative requirements (MQR), and the anticipated participation levels of various small business categories. Additionally, it stipulates the need to list all subcontractors, including their names, business sizes, specific products or services to be provided, corresponding NAICS codes, and percentage of work relative to the total contract value. The structures and criteria emphasized in the document aim to promote equitable opportunities for small businesses within federal contracting, underlining the government's commitment to diversity and inclusion in its procurement practices.
    Similar Opportunities
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    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.
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    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.
    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.
    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.
    36C78626Q50027 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 maintenance services at Fort Snelling National Cemetery under the solicitation number 36C78626Q50027. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year with four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. The contractor will be responsible for systematic irrigation system startup, repair, and winterization, ensuring minimal disruption to cemetery operations while maintaining the dignity and respect of the site. Proposals are due by December 19, 2025, at 12:00 PM CST, with a mandatory site visit scheduled for December 11, 2025. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    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.
    Waste Disposal Services at Ft. Sill National Cemetery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for waste disposal services at Fort Sill National Cemetery in Oklahoma, specifically for universal waste collection. The procurement aims to secure a contractor capable of handling the removal of used oil/coolant, oily water from an oil/water separator tank, and cleaning the sand interceptor, with a focus on compliance with federal regulations and the provision of qualified personnel. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, covering a base period through October 31, 2026, with four additional one-year options. Interested contractors must submit their offers by December 18, 2025, at 11:00 AM EST, and direct any questions to David Hester at David.Hester@va.gov.