Grounds Maintenance Services - Kerrville National Cemetery
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, is seeking proposals for Grounds Maintenance Services at the Kerrville National Cemetery in Kerrville, TX. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) with a base year and four one-year option periods. Quotes are due by February 13, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide comprehensive grounds maintenance to ensure the cemetery is maintained as a dignified National Shrine. Services include:
- Headstone Maintenance: Cleaning and fine-tuning alignment of approximately 463 headstones.
- Turf Management: Mowing, trimming, edging, fertilization, pest control (weeds, insects, diseases), aeration, dethatching, and sodding/seeding to maintain 95% weed-free turf.
- Tree Care: Pruning, watering, fertilization, mulching, and removal of dead branches. A Certified Arborist is required for pruning.
- Irrigation Maintenance: Operation, repair, and seasonal management of the irrigation system.
- General Upkeep: Daily trash and debris removal, monthly floral arrangement removal, and sweeping/blowing roads.
- Hazardous Substance Management: Safe handling and storage in compliance with regulations.
Performance standards require a groomed, clean, neat, and professional appearance, adhering to Minimum Acceptable Levels (MAL) and specific alignment standards for headstones.
Contract Details
- Contract Type: Single Award Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Period of Performance: One base year (April 1, 2026 - March 31, 2027) and four one-year option periods, totaling five years (through March 31, 2031).
- Estimated Value: Guaranteed minimum of $5,000.00; maximum aggregate value not to exceed $500,000.00.
- NAICS Code: 561730 – Landscaping Services (Size Standard: $9.5 Million)
- PSC Code: S208 – Landscaping/Groundskeeping Services
Eligibility & Submission
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must:
- Be registered in SAM.gov and complete the Online Representations and Certifications Application (ORCA).
- Have an active/current registration with the SBA Dynamic Small Business Search and be verified and listed in VA's Vendor Information Pages (VIP) database.
- Certify compliance with Public Law 116-183, stating their firm will perform 51% of the work. This is distinct from, but not inconsistent with, VAAR clause 852.219-73 regarding payment limitations to non-VIP listed SDVOSBs.
- Submit quotes in two separate Adobe Acrobat (.pdf) documents:
- Volume A (Company Information): Legal business name, address, SAM UEI, point of contact, capabilities statement, resume for on-site supervisor (5+ years experience, 10-hour OSHA, fluent English), equipment list, Texas state license for fertilizer/herbicide/pesticide applicator, signed solicitation amendments, completed FAR Clause 52.223-3 (if applicable), completed FAR Provisions 52.212-3 or SAM status, completed VAAR Clause 852.219-75, and PL 116-183 compliance document.
- Volume B (Pricing): Proposed pricing submitted on the Price/Cost Schedule of Services (Attachment C).
Evaluation Criteria
Award will be made on a Lowest-Priced, Technically Acceptable (LPTA) basis. The government intends to make an award without discussions.
- Technical Capability: Evaluated on a pass/fail basis, requiring full compliance with minimum material specifications, quantities, and delivery requirements.
- Past Performance: Evaluated based on the Contracting Officer's knowledge, contractor's descriptions of at least three recent (within 5 years) comparable projects, and CPARS data.
- Price: Evaluated for reasonableness, adding the total price for all options to the basic requirement. The government will evaluate the lowest-priced quote first for technical acceptability.
Key Dates & Contacts
- Quotes Due: February 13, 2026, at 12:00 PM EST.
- Site Visit: An optional site visit was held on January 22, 2026, at 9:00 AM local time. Attendance is not required for award consideration.
- Questions Due: The deadline for questions was January 26, 2026, at 12:00 PM EST. Answers were provided via amendment.
- Contracting Officer: Brian Werner (brian.werner2@va.gov).
Additional Notes
The solicitation incorporates the U.S. Department of Labor Wage Determination 2015-5293 for Gillespie and Kerr counties, outlining minimum wage rates and fringe benefits. Funds are not presently available beyond September 30, 2026, with future performance contingent on appropriated funds.