Landscaping Materials - Fort Sam Houston Nat'l Cem -- 5610
SOL #: QSE--36C78625Q50045Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
NATIONAL CEMETERY ADMIN (36C786)
QUANTICO, VA, 22134, United States
Place of Performance
San Antonio, TX
NAICS
Construction Sand and Gravel Mining (212321)
PSC
Mineral Construction Materials, Bulk (5610)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Apr 15, 2025
2
Last Updated
May 1, 2025
3
Submission Deadline
May 1, 2025, 6:00 PM
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.
Landscaping Materials - Fort Sam Houston Nat'l Cem -- 5610
Bulk Landscaping Materials
The government intends to award a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a base and four (4), one (1) year options for Landscaping Materials to be delivered f.o.b. – Destination to Fort Sam Houston National Cemetery. | See Attachment B - 52.212-2 EVALUATION_LPTA 36C78625Q50045, for evaluation criteria. | Incumbent Contractor Information: The most recent contract number is: 36C78624P50544, further information can be found at fpds.gov. | Addendum to FAR 52.212-1 Instructions to Offerors – Commercial Items | Pricing shall be all inclusive, including all labor, equipment, materials, transportation, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event, there is a difference between a unit price and the intended total amount, the unit price will be held to be the intended offered price and the total of the CLINs will be recomputed accordingly. | Offerors that fail to complete and submit FAR Provision 52.212-3 and VAAR Clause 852.219-76 will be removed from consideration. | Offers that do not sign and return a copy of the Standard Form 1449 with their offer will be removed from consideration. | Questions: about the procurement and the requirement shall be submitted via email to David Boyd at David.Boyd7@va.gov by 2:00 PM EST on Wednesday 4/23/2025. Answers will be provided via an amendment to the solicitation. | Submission of Quotes: See FAR Provision 52.212-1 Instructions to Offerors-Commercial Products and Services (Sep 2023). Quotes shall be submitted via email to David Boyd at David.Boyd7@va.gov by 2:00 PM EST on Thursday 5/1/2025. | Electronic submissions shall be in either Microsoft Word or Adobe pdf Platforms. Compressed files and/or Zip files will be rated as technically unacceptable and removed from consideration. | The tentative period of performance: | Base: 6/1/2025 – 5/31/2026 Option Year 1: 6/1/2026 – 5/31/2027 Option Year 2: 6/1/2027 – 5/31/2028 Option Year 3: 6/1/2028 – 5/31/2029 Option Year 4: 6/1/2029 – 5/31/2030 | Site Visit Information: | No guided site visit is being offered – therefore, there will be no government personnel available to conduct a site visit. However, the site is open to the public and potential offerors may visit the site on their own and submit questions, prior to the deadline for questions. See Attachment A – Delivery Route and Map of FSHNC. “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”
Bulk Landscaping Materials
The government intends to award a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a base and four (4), one (1) year options for Landscaping Materials to be delivered f.o.b. – Destination to Fort Sam Houston National Cemetery. | See Attachment B - 52.212-2 EVALUATION_LPTA 36C78625Q50045, for evaluation criteria. | Incumbent Contractor Information: The most recent contract number is: 36C78624P50544, further information can be found at fpds.gov. | Addendum to FAR 52.212-1 Instructions to Offerors – Commercial Items | Pricing shall be all inclusive, including all labor, equipment, materials, transportation, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event, there is a difference between a unit price and the intended total amount, the unit price will be held to be the intended offered price and the total of the CLINs will be recomputed accordingly. | Offerors that fail to complete and submit FAR Provision 52.212-3 and VAAR Clause 852.219-76 will be removed from consideration. | Offers that do not sign and return a copy of the Standard Form 1449 with their offer will be removed from consideration. | Questions: about the procurement and the requirement shall be submitted via email to David Boyd at David.Boyd7@va.gov by 2:00 PM EST on Wednesday 4/23/2025. Answers will be provided via an amendment to the solicitation. | Submission of Quotes: See FAR Provision 52.212-1 Instructions to Offerors-Commercial Products and Services (Sep 2023). Quotes shall be submitted via email to David Boyd at David.Boyd7@va.gov by 2:00 PM EST on Thursday 5/1/2025. | Electronic submissions shall be in either Microsoft Word or Adobe pdf Platforms. Compressed files and/or Zip files will be rated as technically unacceptable and removed from consideration. | The tentative period of performance: | Base: 6/1/2025 – 5/31/2026 Option Year 1: 6/1/2026 – 5/31/2027 Option Year 2: 6/1/2027 – 5/31/2028 Option Year 3: 6/1/2028 – 5/31/2029 Option Year 4: 6/1/2029 – 5/31/2030 | Site Visit Information: | No guided site visit is being offered – therefore, there will be no government personnel available to conduct a site visit. However, the site is open to the public and potential offerors may visit the site on their own and submit questions, prior to the deadline for questions. See Attachment A – Delivery Route and Map of FSHNC. “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”
People
Points of Contact
David BoydPRIMARY
Files
Versions
Version 8
Solicitation
Posted: May 1, 2025
Version 7
Solicitation
Posted: May 1, 2025
Version 6
Solicitation
Posted: Apr 27, 2025
Version 5
Solicitation
Posted: Apr 26, 2025
Version 4
Solicitation
Posted: Apr 26, 2025
Version 3
Solicitation
Posted: Apr 15, 2025
Version 2Viewing
Solicitation
Posted: Apr 15, 2025
Version 1
Solicitation
Posted: Apr 15, 2025