REMOVE HAZARD TREES BATTLEFIELD & ROAD - Frederick
ID: 140P4225Q0052Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENORTHEAST REGIONAL CONTRACTINGPHILADELPHIA, PA, 19107, USA

NAICS

Landscaping Services (561730)

PSC

OPERATION OF OTHER NON-BUILDING FACILITIES (M1PZ)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting quotes for the removal of hazardous trees at the Fredericksburg and Spotsylvania National Military Park in Virginia. The project involves the removal of approximately 181 high-risk trees identified through assessments, requiring services such as tree felling, dismantling, and site cleanup, all under the supervision of a certified Arborist. This initiative is crucial for ensuring public safety and maintaining the ecological health of the park while adhering to federal safety regulations. Interested contractors must submit their quotes, including required documentation, by the specified deadlines, and can direct inquiries to Ellie Delerme-Velez at ellie_delerme@nps.gov or by phone at 267-528-1425. A site visit is scheduled for August 12th, and all work must be completed within 90 days of the task order award.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fredericksburg and Spotsylvania National Military Park (FRSP) RFP outlines a contract for the removal of hazardous trees identified by National Park Service staff. The project aims to safely remove and dispose of high-risk or dead trees across the park's grounds while protecting surrounding resources. Key tasks include tree felling, dismantling, and rigging, while ensuring the integrity of sensitive sites and avoiding damage to existing flora, graves, and markers. The contractor is required to follow specific safety guidelines established by OSHA and ANSI, and must communicate with park representatives for access and performance direction. The scope includes removing 181 trees of varying sizes, with a careful approach to site cleanup and debris removal by project completion. The performance period is set for 90 days post-award, under the supervision of a certified Arborist with proven experience. Special considerations detail the need for site protection, particularly in archeologically sensitive areas, and adherence to all federal and state safety regulations. This initiative reflects a commitment to maintaining the park's ecological health while minimizing risk and promoting sustainable practices during tree removal operations.
    The document outlines Wage Determination No. 1998-0467 by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations in select Virginia counties related to government contracts. Contracts awarded after January 30, 2022, must compensate workers at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, unless a higher wage is specified. The determination includes a list of occupations, their corresponding wage rates, and mandates benefits such as health and welfare, paid sick leave under Executive Order 13706, paid vacation, and holidays. Uniform costs and maintenance guidelines for employees are also specified, ensuring compliance with wage standards. Additionally, guidelines for conformance requests for unlisted job classifications are outlined, ensuring equitable treatment of workers. The document serves as a critical reference for contractors and stakeholders involved in federal and state RFPs, delineating necessary wage and benefits structures to uphold labor standards and workers’ rights.
    The Fredericksburg & Spotsylvania National Military Park (FRSP) develops a Hazardous Tree Abatement Plan to mitigate the risks posed by hazardous trees threatening public safety and property. The plan emphasizes systematic inspections of trees in high-use areas and establishes management zones including Developed Areas, Transportation Corridors, Utility Corridors, and Property Boundaries. Each zone has tailored inspection criteria and frequency to ensure safety while protecting natural and cultural resources. All tree work will be performed by trained NPS staff or authorized contractors, adhering to safety standards and ensuring minimal impact on the environment. Special provisions are in place for historical trees and compliance with environmental protection laws, including reviews under the National Environmental Policy Act (NEPA) and the Endangered Species Act (ESA). The plan fosters safety measures while maintaining the park's natural and historic integrity, indicating a commitment to responsible resource management and public safety. This plan aims to guide actions for the next five years, enabling efficient hazard management while preserving the essential characteristics of the park's landscape.
    The document outlines a Request for Quote (RFQ) for the removal of hazardous trees at the Fredericksburg and Spotsylvania National Military Park by the National Park Service. The contractor is required to provide all necessary services, including equipment and certified arborists, to safely remove an estimated 181 identified high-risk trees. The project must be completed within 90 days of the award. Key instructions for offerors include submission requirements, certification demands, and a deadline for questions before the bid. A site visit is scheduled to facilitate contractor understanding of the job site. Participants are expected to comply with federal regulations, ensuring they are registered in the System for Award Management (SAM) and adhere to various FAR clauses outlined in the announcement. The evaluation process will focus on price realism, technical capability, and completed documentation. The summary emphasizes the project’s commitment to safety, regulatory compliance, and proper execution, reflecting the federal government’s dedication to environmental stewardship and the maintenance of national park resources.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Landscaping/Tree debris removal services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide landscaping and tree debris removal services at the Augusta VA Medical Center in Georgia. The primary objective of this procurement is to clear downed trees from various buildings and grounds, perform lawn maintenance tasks such as mowing, edging, and debris removal, all to be completed within 60 days of contract award. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is part of the VA's commitment to maintaining its facilities. Interested vendors must submit a capabilities statement and past performance information to Michael Barton at michael.barton@va.gov by 11:00 AM EST on December 11, 2025, as this sources sought notice is for market research purposes and does not guarantee a contract award.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway (GWMP). The procurement involves a Firm-Fixed-Price (FFP) contract with a one-year base period and four one-year option periods, totaling five years, aimed at ensuring the systems are free from errors and malfunctions while providing 24-hour monitoring. This contract is critical for maintaining safety and security across various facilities within the parkway, requiring NICET Level II certified technicians for fire alarms and state-licensed technicians for intrusion detection systems. Interested parties must submit their quotes by December 12, 2025, and direct any inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    R--National Capital Region Events Management MATOC
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to manage and plan events within the National Capital Area, including high-profile occasions such as the Cherry Blossom Festival and Independence Day Celebration. The contractor will be responsible for organizing both recurring events, like the National Symphony Orchestra concerts and the National Christmas Tree Lighting, as well as nonrecurring events that may arise throughout the year. This procurement is crucial for maintaining the cultural and community engagement that these events foster in the region. Interested small businesses are encouraged to reach out to Dianna Durbin at diannadurbin@nps.gov or call 202-619-739 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.