Landscaping and Tree Planting - Old Hickory (Rockland)
ID: W912P5QA018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for landscaping and tree planting services at the Rockland Recreation Area in Hendersonville, Tennessee. The primary objective of this procurement is to replace trees and vegetation lost due to a tornado in December 2023, focusing on planting native species to restore the local ecosystem and enhance the area's natural beauty. This Total Small Business Set-Aside contract will be awarded based on the lowest priced, responsible offeror located within 75 miles of the site, with a base period of one year and two optional one-year extensions. Interested contractors must submit their quotes electronically by April 30, 2025, and are encouraged to attend a mandatory site visit on April 17, 2025, for which they should register in advance. For further inquiries, contact Scott Ellis at Robert.S.Ellis@usace.army.mil or call 615-736-5632.

Files
Title
Posted
Apr 14, 2025, 5:05 PM UTC
The Nashville District Corps of Engineers mandates that all non-U.S. citizens, including permanent residents, working on contracts must obtain approval from the Headquarters U.S. Army Corps of Engineers (HQUSACE) Foreign Disclosure Officer at least 30 days prior to beginning work. Contractors and subcontractors cannot access sites without approval. The submission requires detailed personal information including full name, date of birth, citizenship, passport, visa details, and the specific work to be performed. Additionally, contractors must verify their legal entry into the U.S. and hold proper employment or immigrant visas unless exempt under the Visa Waiver Program. Non-U.S. citizens residing in the U.S. for three years must secure a favorable background investigation as per Homeland Security guidelines. The document includes contact information for designated security personnel within the Nashville District. This form is crucial for compliance with national security protocols concerning foreign nationals working on U.S. Army Corps of Engineers projects.
Apr 14, 2025, 5:05 PM UTC
The Nashville District Corps of Engineers has established a Security Access Form specifically for U.S. citizens seeking access to their work sites. This form must be filled out and submitted for approval prior to site access, which will not be granted until the Nashville District Security has authorized permission in writing. Key details required in the form include the applicant's full name, date of birth, social security number, place of birth, work site details, job title, and contact information of the primary company representative. Applicants who were born outside the U.S. must provide documentation verifying their citizenship. The Privacy Act Statement outlines the authority for gathering this information, stating it is used for identification verification and background checks necessary for access eligibility. While disclosure of information is voluntary, failure to provide it may result in denial of access. The collected data will not be retained after the scheduled visit, indicating a commitment to protecting personal information. For inquiries, contact information for key personnel within the Nashville District Corps of Engineers Security Office is provided.
Apr 17, 2025, 5:08 PM UTC
The document outlines a solicitation for a contract with a focus on tree planting and maintenance efforts by the U.S. Army Corps of Engineers, specifically for areas affected by a December 2023 tornado at the Rockland Recreation Area near Old Hickory Dam. The contract aims to replace damaged trees with native species to restore the local ecosystem. Key sections include a detailed schedule of services, various clauses under the Federal Acquisition Regulation (FAR), and specified requirements regarding worker wages, subcontracting, and compliance with federal standards. The solicitation emphasizes the importance of ensuring local agreements are followed and mandates the incorporation of statutory clauses to uphold labor standards. This process supports the government's commitment to engaging women-owned small businesses and other designated small business types in federal procurement, fostering economic empowerment and service delivery. Overall, it serves as a structured approach to meet environmental restoration goals while adhering to procurement regulations.
Apr 17, 2025, 5:08 PM UTC
The federal request for proposals (RFP) outlines the need for a contractor to provide landscaping services, specifically focused on mowing, trimming, spraying herbicides, and tree planting at the Rockland Recreation Area in Hendersonville, TN. The contract is set as a Total Small Business Set-Aside with a base period of one year and two optional one-year extensions. The awarded contract will adhere to firm-fixed pricing under NAICS code 561730, with selection based on the lowest priced, responsible offeror located within 75 miles of the site. A mandatory site visit is scheduled for April 2025, and interested parties must register in advance. The project involves adhering to safety guidelines and working in coordination with other contractors. Special care must be taken in maintaining open recreation spaces and ensuring environmental compliance during tree planting and maintenance efforts. The contractor must manage soil conditions and restoration, follow safety protocols, and ensure ongoing tree health throughout the contract's duration. Overall, the procurement emphasizes responsible, safe, and ecologically sound management of land resources at the recreation area.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Dale Hollow Slope Remediation - Supply
Buyer not available
The U.S. Army Corps of Engineers (USACE) Nashville District is issuing a Request for Quote (RFQ) for a firm fixed-price supply contract to procure construction materials for the Dale Hollow Dam Slope Remediation project in Tennessee. The contractor will be responsible for supplying and delivering various materials, including TDOT Class A-1 Riprap, crushed stone, geotextile, geogrid, gabion baskets, and erosion control items, all of which are critical for ongoing slope stabilization efforts following observed failures. Interested small businesses must submit their quotes electronically by May 8, 2025, at 11:00 AM Central Time, and are encouraged to register in the System for Award Management (SAM) to ensure eligibility for contract award. For further inquiries, potential offerors can contact Contract Specialist Andrew Roth at andrew.r.roth@usace.army.mil or by phone at 615-736-7793.
Maintenance of Boundary Line - Green River Lake
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the maintenance of boundary lines at Green River Lake in Campbellsville, Kentucky. The project involves inspecting and marking government fee boundary lines in Taylor and Adair counties, with contractors responsible for providing personnel, tools, and transportation, while the government will supply boundary sleeves and placards. This contract, valued at approximately $9.5 million, is set aside for small businesses under the NAICS code 561730 (Landscaping Services) and must be completed by March 30, 2026. Interested contractors should contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further details and ensure compliance with wage determinations and federal contracting regulations.
Invasive Species Plant Survey
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking sources for an invasive species plant survey at Arnold Air Force Base (AFB) in Tennessee. The objective of this procurement is to identify and assess the presence and extent of invasive plant species across the 39,081-acre base, evaluate current treatment effectiveness, and recommend future management strategies to enhance ecosystem health. This initiative is crucial for maintaining the diverse habitats at Arnold AFB, which support various species and are vital for Air Force operations. Interested parties must submit a capability package by April 30, 2025, including company information and relevant classifications, to the primary contact, Andrew Waggoner, at andrew.waggoner.3@us.af.mil, or the secondary contact, Erica Anglin, at erica.anglin@us.af.mil. This notice serves as a preliminary step in the procurement process and is not a solicitation for proposals.
Tree Maintenance Services at Port Hudson National Cemetery
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide tree maintenance services at Port Hudson National Cemetery in Zachary, Louisiana. The procurement focuses on tree trimming, removal, stump grinding, and debris disposal, with a specific requirement for contractors to employ a certified arborist for supervision and adhere to established tree management standards. This initiative aims to enhance the safety and aesthetics of the cemetery grounds while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by May 2, 2025, following a mandatory site visit on April 25, 2025, and interested parties should direct inquiries to David Hester at David.Hester@va.gov.
Grounds Maintenance Services in Fort Drum, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking qualified contractors to provide grounds maintenance services at Fort Drum, NY. The procurement aims to establish a firm fixed price purchase order for comprehensive landscaping services, as detailed in the attached Performance Work Statement (PWS) and Site Map. These services are crucial for maintaining the aesthetic and functional quality of the military installation's outdoor spaces. Interested small businesses must note that this opportunity is a Total Small Business Set-Aside, with a requirement response date specified in the solicitation, and an estimated contract start date of approximately June 25, 2025. For further inquiries, potential offerors can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
SAVE-THE-DATE **Date change from 5 March to 20 MAY 2025**
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Nashville District, is hosting a Small Business Industry Day on May 20, 2025, at Tennessee State University’s AVON Williams Campus in Nashville, Tennessee. This annual event aims to facilitate vendor outreach by connecting small businesses with program leaders through presentations, panel discussions, and networking opportunities. The event is expected to attract over 200 attendees and will feature representatives from various sectors, including Operations and Maintenance, Engineering and Construction, and Contracting, among others. For further details, interested parties can contact Eulanda Scott-Shingleton at eulanda.a.scott-shingleton@usace.army.mil or by phone at 615-736-7569, with registration information to be announced soon.
Clinton River Confined Disposal Facility (CDF) Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance services at the Clinton River Confined Disposal Facility (CDF) in Harrison Township, Michigan. The primary objective is to address significant overgrowth of vegetation, including large trees and brush, to ensure the facility remains functional, with tasks expected to include tree cutting, topping, and vegetation removal. This opportunity is crucial for maintaining the operational integrity of the CDF, which plays a vital role in environmental management. Interested businesses, both small and large, are encouraged to respond by submitting a completed questionnaire to Contract Specialist Noah Bruck and Contracting Officer Michelle Barr via email by 2:00 PM Eastern Time on May 2, 2025, with the NAICS code for this procurement being 561730 for Landscaping Services.
Davidson River Campground Reconstruction
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Davidson River Campground located in Pisgah Forest, North Carolina. The project entails the demolition of existing bathhouses, construction of new facilities, and upgrades to water, sewer, and electrical services within the campground. This initiative is part of the federal government's commitment to infrastructure investment and is set aside for small businesses, with a contract value estimated between $5 million and $10 million. Interested contractors must submit their proposals by April 14, 2025, following a site visit on March 11, 2025, and a deadline for questions on March 20, 2025. For further inquiries, contact Penny Zortman at penny.zortman@usda.gov.
SOLICITATION: Rock Island Arsenal Clock Tower Grounds Maintenance Service (Mowing and Trimming)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for grounds maintenance services at the Clock Tower Complex located on Rock Island Arsenal in Illinois. The procurement involves mowing approximately 2.64 acres, edging 4,300 linear feet, and debris removal to maintain a professional appearance, with a focus on compliance with safety and insurance requirements. This opportunity is a Total Small Business Set-Aside, employing a Lowest Price Technically Acceptable (LPTA) evaluation approach, and is crucial for ensuring the upkeep of military infrastructure. Interested contractors must submit their proposals, including evidence of relevant experience and past performance, by the specified deadlines, with inquiries directed to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil or by phone at 309-794-6131.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.