9930--Off-Site Manufacture of U1 Blank Marble Markers for Nationwide Distribution
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 (VA), National Cemetery Administration (NCA), is soliciting proposals for the Off-Site Manufacture of U1 Blank Marble Markers for nationwide distribution. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity requires contractors to produce and package upright marble headstones for on-site inscription programs at National and State cemeteries. Proposals are due by February 23, 2026, at 10:00 AM CST.
Purpose & Scope
This solicitation seeks qualified contractors to manufacture and package "U1" Marble Blanks (Upright Headstone, Marble, Blank, 13" x 42" x 4") for deceased veterans. The markers will be distributed nationwide (CONUS) to approximately 16 locations, utilizing government-contracted carriers. The contractor is responsible for ensuring marble meets specific material, color (N6-N6.75), and finishing specifications, as well as robust packaging to prevent damage during transit. Only one approved domestic quarry source is permitted per contract, with changes allowed only at the beginning of option years upon formal request and approval. Overseas suppliers are not permitted.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Quantity (IDIQ)
- Performance Period: A base period from April 1, 2026, to March 31, 2027, with four (4) one-year option periods.
- Quantities: Minimum order quantity of 5,000 EA and a maximum of 225,000 EA for the life of the contract. The first task order will cover at least the guaranteed minimum.
- NAICS Code: 327991 – Cut Stone and Stone Product Manufacturing.
- Delivery: Deliverments are FOB Origin. Markers must be ready for government carrier pick-up by the second Monday of each month. Replacements for damaged headstones must be provided within 10 calendar days of email notification from MPS.
Submission & Evaluation
- Proposal Due Date: February 23, 2026, at 10:00 AM CST.
- Submission Method: Via email to Weston.Worsham@va.gov.
- Mandatory Sample: Offerors must submit a marble sample (13" x 24" x ¾") by the closing date and time. The sample must be marked on the back with the Offeror’s name, telephone number, email address, solicitation number, and quarry name. Samples failing inspection will lead to proposal rejection.
- Past Performance: Offerors must ensure the provided Past Performance Questionnaire (Attachment 5) is sent to references and returned directly to the government by the deadline. A copy of this information must also be included with the proposal. Subcontractor past performance can be evaluated, but the Prime Contractor must demonstrate its own experience, with at least 50% of salaries/wages from direct Prime Contractor employees.
- Evaluation Criteria: Award will be based on Price, Technical, and Past Performance, with Technical and Past Performance combined being less important than Price.
- Tiered Evaluation: The procurement will use a tiered evaluation process, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), then Veteran-Owned Small Businesses (VOSB), followed by other small businesses (including HUBZone and 8(a)), and finally large businesses.
- Eligibility: Offerors must be registered in SAM.gov and certified as an SDVOSB/VOSB in the SBA DSBS system at the time of submission.
Key Attachments
Bidders should review attachments including the Bill of Lading Template, Drawing A-U1-1 Rev B (for specifications), Sample Review Form, Contractor Discrepancy Report, and Past Performance Questionnaire to understand technical requirements, quality assurance, and submission criteria.