Willamette National Cemetery Grounds Maintenance Services

SOL #: 36C78626Q50019Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NATIONAL CEMETERY ADMIN (36C786)
QUANTICO, VA, 22134, United States

Place of Performance

Happy Valley, OR

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 3, 2025
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 24, 2026, 12:00 AM

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 soliciting proposals for Grounds Maintenance Services at the Willamette National Cemetery in Happy Valley, OR. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The services encompass comprehensive grounds care, including turf, tree, shrub, and plant bed maintenance, leaf removal, seeding, and fertilizer application. Proposals are due by February 23, 2026.

Scope of Work

The contractor will provide all labor, equipment, materials, and supervision for grounds maintenance and improvement. Key services include:

  • Turf & Grasses: Mowing, trimming, edging, weed control, pest control (moles, voles, crane flies), and application of fertilizers and soil amendments. Disease control is explicitly not required.
  • Tree, Shrubs, & Plant Beds: Vegetation and weed control, mulching (3-inch organic layer), and plant bed edging. Contractors are not responsible for plant material health/appearance but must remove invasive weeds.
  • Leaf & Debris Removal.
  • Supply & Application: Grass seed, pelletized limestone/gypsum, and specific fertilizers.
  • Pest Control: Vertebrate and invertebrate pest control is required for turf and planting beds.

Contract Details

  • Type: Combined Synopsis/Solicitation for a Hybrid Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract.
  • Duration: A base year plus three (3) option years, totaling four (4) years.
  • Value: Guaranteed minimum of $10,000.00, with a maximum aggregate value of $7,000,000.00.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • Place of Performance: Willamette National Cemetery, Happy Valley, OR.

Key Clarifications & Requirements

Recent amendments have provided crucial updates:

  • Equipment: Gas-powered leaf blowers are permitted for this federal contract, superseding previous restrictions.
  • Scope: Disease control is not a required element of the scope of work; references to "disease" in the PWS should be disregarded.
  • Site Logistics: Roll-off dumpsters, port-a-potties, and laydown areas are not permitted on-site. Contractor employees must park offsite, and a maximum of 5 vehicles are allowed on-site.
  • Dignity Clause: Strict adherence to respectful conduct and care for headstones, markers, and remains is mandatory. Employees must sign compliance statements.
  • Certifications: Landscape Contractor Association accreditation (third-party) is required for Site Manager and Alternate Site Manager. State applicator's license and pesticide applicator certification can be submitted post-award.
  • Reporting: Daily and weekly reporting to the COR is required.

Submission & Evaluation

  • Proposal Due: February 23, 2026.
  • Submission Requirements: Proposals must be submitted in three volumes: Price, Technical (including Turfgrass Management Plan, Work Plan, Site-Specific Safety Plan, Contractor Quality Control Plan, Draft Comprehensive Grounds Management Plan), and Past Performance (3-5 references using the provided questionnaire).
  • Evaluation: Proposals will be evaluated based on Technical Requirements (Pass/Fail), Past Performance (relevance, recency, quality), and Price (reasonableness, cost-effectiveness). Award will be made to the responsible offeror whose proposal is most advantageous.
  • Contact: Primary contact is Brian Trahan at brian.trahan@va.gov.

People

Points of Contact

Brian TrahanPRIMARY
Ralph CrumSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Dec 30, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Dec 29, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 23, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 3, 2025
View