Forestry Support Services
ID: W56ZTN26RA002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABERDEEN PROVING GROU, MD, 21005-3013, USA

NAICS

Support Activities for Forestry (115310)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for Forestry Support Services at Aberdeen Proving Ground (APG), Maryland, with a total estimated award amount of $11,500,000. The contract will focus on forest resource compliance and management, with individual task orders detailing specific regulatory requirements, funding sources, and performance schedules. These services are critical for maintaining the health of forest ecosystems, enhancing wildlife habitats, and ensuring compliance with environmental regulations. Interested parties, particularly Women-Owned Small Business (WOSB) concerns, should contact Samantha Hayes at samantha.c.hayes.civ@army.mil or 410-404-7245 for further information, with proposals due by the specified deadlines. The contract period spans five years, from March 2026 to February 2031, with an optional six-month extension.

    Files
    Title
    Posted
    This government file outlines a contract for forestry management and environmental services across a base year and three option years. The contract details 28 line items for various services, including Forest Stand Delineation (FSD), Forest Conservation Plans (FCP), Critical Area Management Plans (CAMP), and Forest Management Plans. Other services encompass forest enhancement, invasive species removal, various types of tree planting (Forest and Urban), Forest Inventory, Forest Product Appraisal, Timber Marking, and site preparation for different vegetation types. A significant portion of the services involves UXO (Unexploded Ordnance) support for site preparation and intrusive monitoring. The contract also includes hazard tree removal across different diameter classes and ground herbicide application. Each line item has a specified unit, a price per unit (ranging from $1.00 to $750.00), and
    The U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is conducting a competitive source selection for Request for Proposal (RFP) Number W56ZTN-25-R-0006, Forestry Support Services (NAICS Code 115310). As part of the evaluation, offerors' past performance on similar federal, state, local government, or commercial contracts is being assessed. This document is a request for past performance assessments from identified points of contact, who are asked to complete an enclosed questionnaire within 15 days of receipt. The questionnaire evaluates performance across several criteria, including compliance, project management, timeliness, cost control, and customer satisfaction, using
    The “Industry Engagement for Forestry Support Services” outlines key aspects for a forthcoming contract, indicating a similar magnitude to the current one, subject to funding. Mar-len Environmental Inc. is the incumbent. The solicitation will require a sample task order, with historical annual task orders ranging from 0-25. The most common task orders involve hazardous trees (with four classifications) and forest management. Office space is not available, and proximity to APG is not a concern. Emergency services are being considered for inclusion. The contract will include a clause for potential AI use. Project evaluation will prioritize the contractor's approach over cost. Approved herbicides must be used. Tree hauling is only required for hazardous tree removal, with chippers permitted but needing careful use near wetlands. A 90% survivability rate is expected for tree planting after five years. Excavation permits are required, and a UXO contractor will generally be needed, with costs provided per acre. Equipment storage will be project-dependent.
    This Task Order (TO) on contract W56ZTN-25-R-A006 outlines the requirement for forest stand enhancement and tree planting at Aberdeen Proving Ground (APG) Forest Stand 11-11, and potentially other designated stands. The primary goal is to rehabilitate 22.0 acres of unhealthy forest to support Army mission landscape, enhance wildlife habitat, and satisfy regulatory mitigation for Army project impacts. The contractor will perform forest enhancement and wildlife habitat improvement as specified in the APG Forest Management Plan and plant 5 acres of trees within Stand 11-11. Key deliverables include recording GPS coordinates of the enhancement and planting areas, updating the APG GIS database, providing before-and-after pictures, and submitting a final report. The period of performance is 365 days from the date of award. This effort is critical for sustaining APG’s testing and training natural infrastructure and mission landscape as detailed in APG's 50 Year Forest Management Plan.
    This government file outlines requirements and conditions for proposals, likely for a federal grant or contract. It details various sections, including specific forms, certifications, and technical specifications, indicated by numerical and alphanumeric codes. Key elements include requirements for financial statements, past performance, and compliance with regulations. The document emphasizes the submission of technical proposals, cost breakdowns, and administrative information. It also highlights the importance of adherence to outlined procedures and deadlines. The file appears to be a comprehensive guide for entities seeking to submit proposals, ensuring all necessary components are addressed for a successful application.
    This government solicitation, W56ZTN26RA002, issued by W56ZTN, is a Request for Proposal (RFP) for Women-Owned Small Business (WOSB) concerns to provide Forestry Support Services to Aberdeen Proving Ground (APG), Maryland, and its sub-installations. The contract has an estimated total award amount of USD 11,500,000.00, with a NAICS code of 115310. The period of performance spans five years, from March 2026 to February 2031, with an optional six-month extension. Services include forest resource compliance and management, to be defined by individual task orders under a Firm Fixed Price arrangement. The solicitation incorporates various FAR and DFARS clauses, including those related to commercial products and services, small business utilization, labor standards, and electronic payment via Wide Area WorkFlow (WAWF). The evaluation criteria will consider technical and past performance factors in addition to price.
    Lifecycle
    Title
    Type
    Forestry Support Services
    Currently viewing
    Solicitation
    Similar Opportunities
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.