Fort Snelling National Cemetery – National Shrine Project 894-NSP25-002
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), has issued a Sources Sought Notice (SSN) for the Fort Snelling National Cemetery – National Shrine Project (894-NSP25-002). This Request for Information (RFI) seeks to identify qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) capable of performing full section renovation services at the Fort Snelling National Cemetery in Minneapolis, MN. This notice is for market research and planning purposes only and does not constitute a solicitation. Responses are due March 16, 2026, at 10:00 AM CT.
Scope of Work
The anticipated scope of work involves comprehensive cemetery renovation services, including:
- Professional Surveying & Plans: Headstone/topographic surveys, grading plans, headstone realignment plans, and control marker staking.
- Headstone/Marker Activities: Raising, resetting, and realigning headstones and markers, with daily verification against the Burial Register. Headstones must remain at gravesites.
- Flat Marker Support System: Installation of HDPE geogrid tray systems (e.g., MarkerGrid) with aggregate base and leveling sand.
- Earthwork & Grading: Vegetation removal, excavation, backfill, subgrade preparation, soil amendment, topsoil import/compaction, and ensuring positive drainage.
- Turf Renovation: Killing/removing existing vegetation, installing certified sod (TPI guidelines, NTEP ≥ 3.5), 30-day establishment, mowing, fertilization, and a one-year warranty. Seasonal turf windows are April 15-June 30 and August 15-October 15.
- Headstone Cleaning: Using NCA-approved biological cleaners.
- Quality Control & Reporting: Contractor Quality Control Plan (QCP), daily logs, weekly progress reports, and corrective actions. The base bid sections include 30 (Crypt), 31 (Crypt), 33 (Cremains), and 2 (Casket).
Contract & Timeline
- Type: Sources Sought Notice / Request for Information (RFI)
- Period of Performance: 365 calendar days from the Notice of Award.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Response Due: March 16, 2026, 10:00 AM CT.
- Published: March 11, 2026.
Submission & Evaluation
Interested SDVOSB firms must submit a concise capability statement (PDF, ≤10 pages) via email to Shane.Hills@va.gov. The statement should address:
- Company Profile: Name, address, UEI, CAGE, primary POC, and confirmation of SDVOSB VetCert.
- Relevant Experience: Five projects within the last five years demonstrating experience in NCA cemetery Raise & Realign, geogrid-based flat marker support, headstone cleaning, earthwork/grading, and large-scale sod/turf renovation.
- Key Personnel & Licensing: Licensed land surveyor, Minnesota state license, safety officer, and agronomist/turf specialist.
- Equipment & Methods: Details on track-type equipment, sampling/compaction equipment, ASTM standards, geogrid, irrigation protection, and environmental controls.
- Testing & Quality: Identification of testing laboratory, NVI/AP/ASTM requirements, QCP outline, density testing plan, reporting cadence, and corrective action approach.
- Schedule & Phasing: Narrative confirming ability to complete within 365 days, including funeral/ceremony avoidance and minimal disruption.
- NAICS/PSC & Size: Applicable NAICS/PSC, firm's limitations, and proposed subcontractors.
- Bonding & Capacity: Bonding capacity and available workforce/equipment.
- Comments on Draft Scope: Identification of risks, innovations, or suggestions.
Eligibility / Set-Aside
This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Respondents must hold current SBA Veteran Small Business Certification (VetCert) under 13 CFR Part 128 and comply with VA/NCA SDVOSB participation requirements.
Notes
This is solely a Sources Sought Notice for market research. It is not a request for proposals or bids. The Government will not compensate for information provided and reserves the right to use submitted information for future acquisition strategy development.