Massachusetts National Cemetery Janitorial Services Base and Four, One Year Options -- S201
ID: QSE--36C78625Q50143Type: Combined Synopsis/Solicitation
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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2AA--Headstone Maintenance Dallas Fort Worth
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for headstone maintenance services at the Dallas Fort Worth National Cemetery, specifically under solicitation number 36C78625R0022. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary resources for the installation, replacement, and maintenance of headstones and markers, ensuring compliance with the National Cemetery Administration's operational standards. This opportunity is crucial for maintaining the dignity and respect of the burial sites of veterans, with a contract period starting from April 1, 2025, to March 31, 2026, and four optional one-year extensions. Interested bidders must submit sealed bids by March 25, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Shane Hilts at Shane.Hilts@va.gov.
    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.
    Z2AA--Headstone Maintenance IDIQ Jefferson Barracks National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Z2AA--Headstone Maintenance IDIQ at Jefferson Barracks National Cemetery. This solicitation, designated as 36C78625R0020, requires bidders to provide comprehensive management, manpower, and materials to maintain the integrity of veterans' headstones, including setting new and replacement headstones, cleaning, and grave repairs. The contract is significant in honoring the final resting places of veterans and ensuring compliance with Veterans Affairs policies and OSHA safety standards. Proposals are due by March 25, 2025, at 1:00 PM CST, with an estimated budget between $5 million and $10 million, and the contract period is set for one year with four optional extensions. Interested parties should contact Contracting Officer Shane Hilts at Shane.Hilts@va.gov for further details.
    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. The project involves renovating and expanding Maintenance Building 3001, repairing repaved asphalt roads, and ensuring compliance with local, state, and federal regulations, with a strong emphasis on sustainability and veteran-owned business participation. 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 for further information.
    Herbicide and Fertilizer Service for Pikes Peak National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for herbicide and fertilizer services at Pikes Peak National Cemetery, with a focus on maintaining the grounds to the highest standards. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and includes a one-year base contract with four optional one-year extensions, requiring a minimum performance value of $5,000. The services are critical for preserving the cemetery as a national shrine while ensuring a professional appearance and minimal disruption to cemetery activities. Interested offerors must submit their proposals by March 17, 2025, and can contact David Hester at David.Hester@va.gov for further information.
    Combined Synopsis/ Solicitation Great Lakes National Cemetery Grounds Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking quotations from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for grounds maintenance services at the Great Lakes National Cemetery in Holly, Michigan. The contract encompasses a comprehensive range of landscaping tasks, including mowing, trimming, aeration, and snow removal, aimed at preserving the cemetery's aesthetics and honoring the dignity of veterans' burial sites. This opportunity is significant as it reflects the government's commitment to maintaining national cemeteries as revered spaces while supporting veteran-owned businesses. The estimated contract value is up to $5,100,000 over five years, with a site visit scheduled for March 18, 2024, and final quotations due by April 4, 2025. Interested parties should direct inquiries to April Graves at april.graves@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.
    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 the Historic Lodge FCA Deficiencies Repairs project at Mound City National Cemetery, specifically aimed at addressing various structural and aesthetic deficiencies. This procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes comprehensive repairs such as restroom renovations, window replacements, and roof rehabilitation, all while adhering to historical preservation standards due to the cemetery's significance. The project budget is estimated between $100,000 and $250,000, with a mandatory pre-bid site visit required for all interested contractors. Bids must be submitted via email to the designated contracting officer, Richard Adu, by March 18, 2025, at 2:00 PM EST, following an extension from the original deadline. For further inquiries, contractors can reach Richard Adu at richard.adu@va.gov.
    Presolicitation Notice: Janitorial services for Miramar NC, 5795 NOBEL DRIVE, SAN DIEGO, CA 92122 -- S201
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide janitorial services for the Miramar National Cemetery located at 5795 Nobel Drive, San Diego, California. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the importance of supporting veteran-owned enterprises in government contracting. These custodial services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested parties should contact Ralph Crum at ralph.crum@va.gov for further details regarding the opportunity.
    36C78625Q50038 Rock Island Grounds Maintenance & Irrigation Maintenance Service -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for grounds maintenance and irrigation services at the Rock Island National Cemetery, with the solicitation number 36C78625Q50038. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will span from April 1, 2025, to March 31, 2030, and includes tasks such as mowing, trimming, headstone cleaning, and tree care, all aimed at preserving the cemetery's dignity and aesthetic integrity. This procurement underscores the government's commitment to honoring veterans through meticulous maintenance of their resting places, with proposals due by March 12, 2025, and a mandatory site visit scheduled for March 5, 2025. Interested contractors should contact Olalekan Ismail at olalekan.ismail@va.gov for further details.