Tree Trimming & Tree Removal Services
ID: FA483025Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, 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 Air Force, is soliciting proposals for tree trimming and tree removal services at Moody Air Force Base in Georgia. The contract, identified by requisition number FA483025Q0014, has an estimated award amount of $9.5 million and is set to commence on February 15, 2025, lasting for five years. This procurement is crucial for maintaining safety and environmental standards on the base, with contractors required to respond to service requests within five business days and emergency situations within one hour. Interested vendors, particularly those classified as small businesses, must submit technical and price proposals, including proof of liability insurance and licensing to operate in Georgia, by the specified deadline. For further inquiries, potential bidders can contact Victor Houston at victor.houston.1@us.af.mil or by phone at 229-257-1502.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a federal solicitation concerning routine tree maintenance services. The key changes include the removal of a prior paragraph regarding permits and the introduction of preferences for arborists while emphasizing the use of personal protective equipment (PPE) where applicable. Modification of the price list indicates a unit change from "Each" to "Hours" for specific brush hog services. It also clarifies that there will be no site visit for this Blanket Purchase Agreement (BPA), as work will be scheduled as needed for tasks like tree trimming or removal, highlighting the BPA's role as a preventative maintenance measure. Overall, this amendment outlines significant updates to ensure effective procurement processes and compliance with project requirements, assuring vendors of the necessary standards and expectations involved in the contract.
    The RFQ FA483025Q0014 outlines the scope of work for tree trimming, removal, stump grinding, hauling, and brush hog services at Moody Air Force Base and Grassy Pond recreational area. The contractor is responsible for providing all necessary labor, equipment, and materials, and must complete tasks within five business days of notification from the Civil Engineer Squadron or Base Forester. The specifications detail the classification of trees based on diameter for removal and trimming, as well as requirements for emergency response and scheduling. The contractor must hold appropriate state licenses, obtain necessary permits, and ideally employ an ISA-Certified Arborist. Compliance with safety regulations and quality standards is emphasized, alongside monitoring by military personnel. Additionally, the document includes requirements related to personnel security, medical services, and vehicle operation. The project's pricing structure is defined through a series of Contract Line Items that specify distinct tasks associated with tree management activities. Overall, the RFQ aims to ensure quality tree care while adhering to safety and operational protocols within the base environment.
    The document outlines the Request for Quotation (RFQ) for tree trimming, tree removal, stump grinding, hauling, and brush hog services at Moody Air Force Base and Grassy Pond recreational area. The contractor is responsible for providing necessary labor, equipment, and materials and must respond to requests within five business days, with emergency services required within one hour. Key tasks include the removal of trees and associated stumps based on specific size categories, trimming, and debris removal, along with the use of a brush hog for vegetation management. Qualifications for the contractor include being licensed in Georgia and preferably having an ISA-Certified Arborist. The contractor must ensure all employees use personal protective equipment and comply with safety standards while performing work. The document specifies rigorous inspection protocols and compliance with federal and state regulations during all tree care operations. It emphasizes the need for timely service and adherence to Air Force standards while protecting public safety and maintaining the property. The RFQ also includes a pricing structure for the various services offered and highlights the security protocols, including access passes and employee identification on the base. This document serves as a guideline for contractors bidding on the project, outlining their duties, responsibilities, and compliance requirements.
    The document outlines a Request for Quotation (RFQ) FA483025Q0014 for tree trimming and tree removal services, spanning five fiscal years from FY25 to FY30. The performance periods for each year range from March 15 to March 14 of the following year. The pricing schedule includes various services such as tree and stump removal based on size, tree trimming, stump grinding, debris hauling, and brush hog services, all listed at $0.00 for each unit in the respective categories for the base years. The total price for Year 1 through Year 5 is also stated as $0.00, indicating possibly placeholder values or to be determined upon vendor selection. The document signifies controlled unclassified information and provides contact details for the contracting officer. This RFQ highlights the government's ongoing need for tree management services while ensuring adherence to budget controls and federal regulations.
    The document outlines a Request for Quotation (RFQ) identified as FA483025Q0014 for tree trimming and removal services, scheduled over five fiscal years from FY25 to FY30. It includes pricing lists for various tree-related services such as tree and stump removal, trimming, stump grinding, and debris hauling, with all listed services priced at $0.00. The period of performance for each fiscal year spans from March 15 to March 14 of the following year. The contractor designated is Victor Houston, whose contact information is provided for inquiries. The controlled unclassified information (CUI) marks and the budget dissemination controls suggest it is sensitive but not classified. The main objective of the RFQ is to solicit pricing for tree management services, contributing to maintenance and safety in designated areas. It signals the government's ongoing commitment to environmental management and infrastructure upkeep while ensuring compliance with established guidelines and regulations throughout the specified time frame.
    The document is intended to provide guidance and information related to federal and state RFPs (Requests for Proposals) and grants. It outlines the submission processes, eligibility criteria, and critical deadlines for applicants seeking funding or contracts from governmental entities. The main focus lies on facilitating access to resources that support various projects aimed at community development, infrastructure improvements, and public service enhancements. Key aspects covered include the requirements for proposal formatting, the evaluation criteria for submissions, and the importance of adhering to compliance measures outlined in the requests. Additionally, it emphasizes the need for collaboration between local and state agencies to optimize funding opportunities and maximize project impact. This document serves as a crucial resource for individuals and organizations interested in navigating the complexities of federal and state funding mechanisms, ultimately aiming to enhance the quality and efficiency of public services through strategic investments and partnerships.
    The document is a Wage Determination Register from the U.S. Department of Labor concerning the Service Contract Act (SCA), specifically for Georgia. It outlines minimum wage rates and fringe benefits for various occupations related to service contracts, such as forestry and land management, applicable for contracts initiated or renewed after January 30, 2022. The minimum wage for covered workers is set at $17.75 per hour under Executive Order 14026, which could be higher depending on the assigned wages for specific tasks listed. Fringe benefits include health and welfare compensation ($5.36/hour), paid sick leave per Executive Order 13706, vacation time, and holidays. The document specifies procedures for contractors to follow if they employ classifications not explicitly listed, requiring them to request a wage determination process through Standard Form 1444. It also highlights the requirement for uniform provisions by contractors. Overall, this register ensures compliance with wage standards and worker protections for employees engaged in federal service contracts, promoting fair labor practices within the framework of governmental solicitations and federal contracts.
    The document is a memorandum requesting personnel passes for employees engaged in tree trimming and removal services at Moody Air Force Base (AFB). It specifies that the request is linked to contract number FA4830-25-A-00 and aims to grant access for contractors and potential subcontractors over a period not exceeding one year. The contractor is required to provide a point of contact along with their representative's details for communication. Additionally, consent forms for conducting criminal background checks for the employees are mandated to be submitted alongside this request. The memorandum highlights that the request will be reviewed by the 23d Contracting Squadron (CONS) or the respective base organization depending on the contract's administration. This process underscores the structured protocol for contractors seeking base access, which is relevant within the context of federal grants and requests for proposals (RFPs), emphasizing compliance with security and procedural standards. Overall, it reflects the systematic approach required for contractor operations on military installations while ensuring safety and accountability.
    The Women-Owned Small Business (WOSB) solicitation outlines a government contract for tree trim and removal services at Moody Air Force Base. The contract, identified by requisition number FA483025Q0014, has an award amount of $9.5 million and an effective date starting from February 15, 2025, lasting five years. Bidders must submit technical and price proposals, including evidence of liability insurance and proof of licensing to operate in Georgia. The evaluation will consider price, technical acceptability, and past performance, with a focus on delivering services within five business days upon notification. Potential vendors must comply with various FAR and DFARS clauses, ensuring adherence to labor standards and environmental responsibilities. The contract has specific pricing limitations and necessitates the use of uniform invoices, delivery documentation, and compliance with health safety standards. A structured bid process emphasizes responsiveness and completeness in submitted proposals. The solicitation encourages participation from disadvantaged business categories and seeks to enhance procurement opportunities for small businesses, particularly those owned by women. This initiative reflects the government's commitment to diversifying its contractor base and ensuring quality service delivery while adhering to federal contracting regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Multiple Award Construction Contract (MACC), Moody AFB
    Buyer not available
    The Department of Defense, through the 23rd Contracting Squadron, is seeking qualified contractors for a Multiple Award Construction Contract (MACC) at Moody Air Force Base and associated locations in Georgia and Florida. This procurement involves the acquisition of multi-disciplined construction services, including design-build and bid-build projects, with a focus on maintenance, repair, alterations, and various construction tasks. The government intends to award nine contracts specifically set aside for small businesses, including 8(a) and HUBZone categories, with a total potential value not exceeding $150 million over a five-year period. Interested contractors must register in the SAM.gov database and are encouraged to contact Amanda Richardson at amanda.richardson.13@us.af.mil or 229-257-9756 for further details.
    API Fuel Tank Inspection - Moody AFB, GA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses to conduct API fuel tank inspections at Moody Air Force Base in Georgia. The contract involves performing external inspections on aboveground storage tanks, ensuring compliance with industry standards and environmental safety regulations, while requiring the contractor to provide all necessary resources, including personnel and equipment. This procurement is critical for maintaining the integrity and safe operation of fuel storage facilities, reflecting the government's commitment to regulatory compliance and environmental protection. Interested parties must submit their proposals electronically by November 5, 2024, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.
    41 RGS Carpet Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the 41 RGS Carpet Replacement project at Moody Air Force Base in Georgia. The procurement involves the removal of existing carpets and the installation of new carpets and resilient rubber cove bases, adhering to the Air Force Carpet Program standards, with a project duration not exceeding 90 days. This project is crucial for maintaining the infrastructure and aesthetics of military facilities, ensuring compliance with federal guidelines for public procurement. Interested contractors should contact June Alba at june.alba@us.af.mil or Maria Jimenez at maria.jimenez.5@us.af.mil for further details and to discuss the requirements, including a site visit for accurate assessment and bidding.
    Grounds Maintenance Services for Facility MO015 at Joplin, MO
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting bids for Grounds Maintenance Services at the Army Reserve facility MO015 in Joplin, Missouri. The contract requires comprehensive lawn maintenance, including mowing, aeration, weed control, and seasonal clean-ups, with a performance period spanning from April 1, 2025, to March 31, 2026, and options for extensions through March 2030. This procurement is crucial for maintaining the facility's grounds to ensure a clean and professional appearance while adhering to safety and regulatory standards. Interested small businesses, particularly those that are women-owned, must submit their proposals by the specified deadline, with an estimated total award amount of $9,500,000. For further inquiries, potential bidders can contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil or Misty Branam at misty.s.branam.civ@army.mil.
    JBLE Grounds Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grounds maintenance services at Joint Base Langley-Eustis (JBLE). The procurement aims to ensure the upkeep and aesthetic quality of the base's landscaping, which is vital for maintaining operational readiness and enhancing the environment for personnel and visitors. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties can reach out to Matthew Gregg at matthew.gregg.3@us.af.mil or call 757-764-9059 for further details.
    MCoE Hazardous Materials (Class III Petroleum Products) Blanket Purchase Agreement (BPA), Base Year Fiscal Year 2025 (FY25)
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified vendors for a Blanket Purchase Agreement (BPA) for hazardous materials, particularly Class III petroleum products, for the Base Year Fiscal Year 2025 at Moody Air Force Base in Georgia. The procurement aims to establish a reliable source for various hazardous materials, including lubricants, fluids, sealants, and cleaning agents, which are essential for maintaining operational readiness and ensuring compliance with safety standards. This initiative reflects the government's commitment to effective management of hazardous materials, promoting environmental safety, and facilitating efficient procurement practices. Interested parties should contact Krista M. Spencer at usarmy.moore.acc-micc.mbx.micc-proposals@army.mil or by phone at 520-669-5271 for further details.
    Vapor Degreaser Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for vapor degreaser cleaning services at Robins Air Force Base in Georgia. The contract, designated as FA857125Q0038, requires two annual cleanings of the vapor degreaser system over a five-year period, with an estimated total value of $25 million. This cleaning service is crucial for maintaining operational efficiency and compliance with environmental regulations, ensuring the safe handling of hazardous materials and adherence to safety protocols. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes by February 28, 2025, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil.
    Berlin Tree Removal
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for a tree removal contract at Berlin Lake, specifically targeting the removal of 130 trees and stump grinding at the Berlin Dam in Deerfield, Ohio. The project requires compliance with safety standards, including ANSI Z133.1, and mandates a risk assessment prior to work commencement, with all operations scheduled between November 15 and March 31 to avoid disrupting active avian nests. This initiative underscores the government's commitment to environmental management and public safety on federally managed lands, with a total contract value of $9.5 million and performance expected from March 1, 2025, to March 31, 2025. Interested bidders, particularly Women-Owned Small Businesses, should contact Joshua Higginbotham at joshua.m.higginbotham@usace.army.mil or Isaiah Johnson at isaiah.m.johnson@usace.army.mil for further details and to ensure compliance with submission deadlines.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract focused on barrier maintenance services at Hurlburt Field, Florida. The contractor will be responsible for the preventive maintenance, inspections, and minor repairs of Air Force vehicle barrier systems, ensuring compliance with federal, state, and local regulations while maintaining a performance threshold of 96% operational readiness. This contract, set aside for small businesses, particularly Women-Owned Small Businesses, has an acquisition ceiling of $25 million and requires submissions by February 28, 2025, following a mandatory site visit on February 6, 2025. Interested parties can reach out to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further details.
    Grounds Maintenance Services at MI043 (Multi-Site)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple Army Reserve facilities in Michigan under the solicitation W911SA25QA076. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, and seasonal cleanups, with a focus on maintaining a clean and professional appearance across the sites. This procurement is crucial for ensuring the upkeep of military installations, which supports operational readiness and enhances the overall environment. The total award amount for this contract is estimated at $9,500,000, with offers due by 10:00 AM on February 21, 2025. Interested parties can reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further inquiries.