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
    Description

    The Department of Defense, specifically the Department of the Army through the W072 Endist Nashville office, is soliciting bids for landscaping and tree planting services at Old Hickory in Hendersonville, Tennessee. This procurement is set aside for small businesses under the SBA guidelines, focusing on providing essential landscaping services as outlined in the NAICS code 561730. The contract is significant for maintaining the aesthetic and environmental quality of military installations, contributing to overall site management and sustainability efforts. Interested contractors should note that the solicitation closes on April 30, 2025, and can reach out to Scott Ellis at Robert.S.Ellis@usace.army.mil or by phone at 615-736-5632 for further details.

    Files
    Title
    Posted
    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.
    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.
    This federal Request for Quote (RFQ) is a Small Business Set-Aside for tree planting and maintenance services at Rockland Recreation Area, Tennessee, aiming to restore natural habitat damaged by a December 2023 tornado. The contract is a Firm-Fixed Price Service Contract (NAICS 561730) with a one-year base period and two one-year options, starting September 2026. Award goes to the lowest-priced, responsive, and responsible offeror within 75 miles of the site. Services include planting native trees (minimum 2-inch diameter at breast height), soil restoration, and ongoing maintenance like watering, weeding, and mulching, with specific spacing and location guidelines. A mandatory site visit is scheduled for April 17, 2025, and questions are due by April 22, 2025. Quotes must be submitted electronically by April 30, 2025, and require SF 1449, price schedule, and SAM registration. Security measures, including E-Verify and suspicious activity reporting training, are mandatory for all personnel.
    This government solicitation, W912P525QA018, is a Request for Proposal (RFP) for tree planting and landscaping services at the Rockland Recreation Area near Old Hickory Dam. The purpose is to replace trees and vegetation damaged by a December 2023 tornado with comparable native species to restore the natural habitat. The solicitation is set aside for Women-Owned Small Businesses (WOSB) and has a total award amount of USD 9,500,000.00. It includes various clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) covering areas such as small business programs, labor standards, environmental protection, and cybersecurity. Key requirements for offerors involve adherence to specific contract terms, certifications, and representations, including those related to ownership, telecommunications equipment, and greenhouse gas emissions. The document also outlines instructions for offerors, a statement of work, and a price schedule, emphasizing compliance with federal regulations and the importance of site inspection.
    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.
    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
    Similar Opportunities
    Skiatook and Birch Lake PCMC, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the landscaping and groundskeeping needs of the area. The services are crucial for maintaining the aesthetic and functional quality of the lakeside facilities, ensuring a safe and pleasant environment for visitors and staff. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation notice W912BV26QA010.
    Tree Maintenance Services in Central and West, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for tree maintenance services in Central and West Texas. The contractor will be responsible for a range of services including tree removal, trimming, stump grinding, and boundary fence line clearing at various lakes including Aquilla, Hord's Creek, Navarro Mills, O.C. Fisher, Proctor, Waco, and Whitney Lakes. These services are crucial for maintaining the health and safety of the landscapes surrounding these recreational areas. Interested small businesses are encouraged to contact Allen Holmes at allen.l.holmes@usace.army.mil or by phone at 817-886-1035 for further details regarding the solicitation, which is set aside for total small business participation.
    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.
    Oologah Lake PCMC, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Oologah Lake in Oklahoma. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the landscaping and groundskeeping needs of the site. The services are crucial for maintaining the aesthetic and functional aspects of the lake area, which is significant for both recreational and environmental purposes. Interested contractors should reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or call 918-669-4396 for further details regarding the solicitation notice W912BV26QA009.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    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.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    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.
    Jackson Hole Levee Vegetation Spraying
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.