36C78626Q50032- Amendment 0001 -Crown Hill NC - Ground Maintenance -- S208

SOL #: QSE--36C78626Q50032Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NATIONAL CEMETERY ADMIN (36C786)
QUANTICO, VA, 22134, United States

Place of Performance

Indianapolis, IN

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

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

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 6, 2026, 12:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs, National Cemetery Administration (NCA), is soliciting proposals for Grounds Maintenance Services at Crown Hill National Cemetery in Indianapolis, IN. This opportunity, identified as 36C78626Q50032- Amendment 0001, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with proposals due by February 6, 2026.

Scope of Work

The contractor will provide all management, manpower, supervision, equipment, materials, and supplies for comprehensive grounds maintenance. Key services include:

  • Interment of cremated remains into columbaria.
  • General grounds maintenance: mowing, trimming, edging, fertilization, herbicide application, aeration, overseeding, leaf removal, planting bed maintenance, shrub pruning, tree maintenance (including a Certified Arborist as site manager), and mole/rodent control.
  • Facility cleaning and maintenance: daily setup and cleaning of interment shelter, flag maintenance, pressure washing, and snow/ice removal.
  • Headstone and monument services: cleaning and alignment.
  • Irrigation system maintenance: fall shut-down, spring start-up, backflow testing, and ongoing operation.
  • Road and grounds cleaning: sweeping/blowing and debris removal.

Crucially, all work must adhere to a "Dignity Clause," requiring extreme care and respect for cemetery grounds, headstones, and markers, ensuring no disruption to funeral ceremonies or visitations.

Contract Details

  • Contract Type: Single-award Indefinite Delivery, Indefinite Quantity (IDIQ).
  • Period of Performance: Base year (March 1, 2026 - February 28, 2027) plus four one-year option periods.
  • Estimated Value: Guaranteed minimum of $5,000; maximum aggregate value not to exceed $500,000.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be registered in SAM.gov, complete ORCA, and have active/current registration with SBA Veteran Small Business Certification (Vet Cert) at the time of offer and award.
  • Place of Performance: Crown Hill National Cemetery (Annex, Historic Cemetery, Confederate Plot), Indianapolis, IN.

Submission & Evaluation

  • Evaluation Basis: Lowest-Priced, Technically Acceptable (LPTA).
  • Proposal Submission: Quotes must be submitted in four volumes: Administrative, Technical Proposal, Past Performance, and Pricing.
  • Submission Deadline: February 6, 2026, 12:00 pm EST.
  • Questions Deadline: January 28, 2026, 4:00 pm EST (via email to olalekan.ismail@va.gov).
  • Site Visit: January 27, 2026, 10:00 am EST at Crown Hill National Cemetery.
  • Government Intent: The government intends to award without discussions.

Key Attachments

  • Attachment A - Price Schedule: Outlines CLINs for base and option years, requiring bidders to complete unit and extended prices.
  • Attachment B - Performance Work Statement (PWS): Details the comprehensive scope of work and performance standards.
  • Attachment C - Subcontractor Participation Document: Requires prime contractors to detail planned subcontracting efforts with small businesses.
  • Attachment D - Past Performance Questionnaire: Used to collect information on at least three comparable contracts within the last five years.
  • Attachment E - Wage Determination: Provides minimum wage rates and fringe benefits under the Service Contract Act for the specified geographic area.
  • Attachment F - Quality Assurance Surveillance Plan (QASP): Defines performance standards, minimum acceptable levels, assessment methods, and remedies for non-compliance.

Contact Information

People

Points of Contact

Olalekan IsmailContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 20, 2026
View
36C78626Q50032- Amendment 0001 -Crown Hill NC - Ground Maintenance -- S208 | GovScope