Ground Maintenance Service - Rock Island Nat Cem -- S208
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, has issued a Solicitation for Grounds Maintenance Services at the Rock Island National Cemetery in Rock Island, IL. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and seeks a contractor to provide comprehensive grounds care. The contract is structured as an IDIQ with a base year and four option years, with an estimated start date of May 1, 2026. Proposals are due by April 13, 2026, at 12:00 PM CST.
Scope of Work
The contractor will be responsible for a wide range of grounds maintenance tasks across approximately 60.87 acres. Key services include:
- Turf Management: Mowing, trimming, bi-weekly blade edging, core aeration, overseeding, and fertilization.
- Pest & Weed Control: Application of pre-emergence and post-emergence herbicides, grub insecticide, and Japanese beetle spray.
- Tree & Shrub Care: Pruning, removal of trees and stumps (tree debris must be hauled off-site).
- Cemetery Appearance: Floral pickup, cleaning of columbarium walls and committal shelters, and headstone cleaning (twice yearly, if requested).
- Grave & Marker Maintenance: Repair of sunken graves, turf renovation, and raising/realigning headstones and flat markers (small equipment may be used).
- Winter Services: Snow and ice removal from roads, parking areas, and walkways (only upon COR request after 2 inches of accumulation; no off-site snow disposal).
- Irrigation: Spring start-up and fall winterization.
Contract Details
- Contract Type: IDIQ (Indefinite Delivery, Indefinite Quantity)
- Period of Performance: Base year (05/01/2026 - 04/30/2027) plus four option years.
- Estimated Value: Minimum $10,000, Maximum $8,200,000.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
Submission Requirements & Evaluation
Offerors must submit a comprehensive proposal including a completed SF 1449, Price Schedule (Attachment A), acknowledgement of amendments, VAAR 852.219-75, and at least three Past Performance Questionnaires (Attachment D) from the last five years. Technical Capability (including a Grounds Maintenance Plan, Staffing Approach, Key Personnel qualifications, and required licenses like Illinois commercial pesticide/herbicide applicator) and Past Performance (prime contractor only) are significantly more important than Price in the best value tradeoff evaluation. A Quality Control Plan (QCP) is required prior to award, and a Subcontractor Participation Document (Attachment C) must detail small business involvement.
Key Dates & Contact
- Proposal Submission Deadline: April 13, 2026, 12:00 PM CST.
- Vendor Site Visit (Voluntary): April 2, 2026, 9:00 AM - 11:00 AM CST. RSVP by March 31, 2026, 5:00 PM PST.
- Questions Due: April 3, 2026, 5:00 PM CST (Answers provided via Amendment 0001 on April 6, 2026).
- Contact: Olalekan Ismail, Contracting Officer, olalekan.ismail@va.gov.
Important Attachments
- Attachment A: Price Schedule for base and option years.
- Attachment B: Performance Work Statement (PWS) detailing all tasks.
- Attachment C: Subcontractor Participation Document.
- Attachment D: Past Performance Questionnaire.
- Attachment E: Service Contract Act Wage Determination (SCA WD 2015-5011).
- Attachment F: Davis-Bacon Act Wage Determination (IL20260048).
- Attachment G: Quality Assurance Surveillance Plan (QASP) outlining performance standards and metrics.