St. Vincent Township, MN Tree Removal
ID: W912ES25QA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for a tree removal contract in St. Vincent Township, Minnesota, aimed at facilitating repairs to the Noyes Levee System. The project involves the removal of trees with a diameter of 2.5 inches and greater, including species such as pine, cottonwood, and ash, from a designated borrow area, with all debris required to be cleared from the site. This initiative is crucial for environmental management and infrastructure development, ensuring compliance with safety and environmental regulations. Interested contractors must submit their bids electronically by the specified deadline, with project completion targeted for April 15, 2025. For further inquiries, contact Roberta L. Just at roberta.l.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil.

    Files
    Title
    Posted
    The document outlines the parameters for a tree removal project at specific parcels (262254980 and 262254940) located north of 410th Street, approximately 400 feet west of US Hwy 75. The project scope strictly prohibits the removal of trees outside the designated areas. This direction indicates a need for careful environmental management as part of broader governmental guidelines for land use and infrastructure development. The access to the work area is specified as being from 410th Street, ensuring clarity regarding logistics. Overall, the file serves as an instruction for compliance with environmental regulations within the context of federal or local requests for proposals (RFPs) related to land management and development initiatives.
    The "Tree Removal Schedule" outlines a structured plan for the removal of trees based on their Diameter at Breast Height (D.B.H.), categorized by size ranging from 2.5 inches to over 25 inches. The document lists various tree species, predominantly consisting of Ash and Pine, along with specific measurements indicating the sizes of trees designated for removal. The distribution of tree sizes suggests a focus on managing forest density, health, and safety through the removal process. The schedule indicates the need for environmental management and maintenance, likely in response to tree health concerns or municipal regulations. The data presents a comprehensive approach to forest management, signaling potential opportunities for federal, state, and local involvement in environmental restoration projects, grants, or requests for proposals (RFPs). The meticulous categorization and inclusion of specific tree types underline the importance of planning and compliance with environmental standards in tree management and removal initiatives.
    The document outlines a government solicitation for tree removal services in St. Vincent Township, Minnesota, mandated by the U.S. Army Corps of Engineers to facilitate repairs on the Noyes Levee System. The procurement involves the removal of trees with diameters from 2.5 inches up to over 25 inches, ensuring that debris is cleared from the site within specific environmental and safety regulations. Contractors must comply with OSHA standards and maintain necessary equipment certifications. The contract emphasizes the requirement for adequate safety measures, including the provision of personal protective equipment and supervision of all operations. Key components include specifications for tree removal, a payment schedule based on the size categories of trees, and a strict timeline aimed for project completion by April 15, 2025. Participants are required to submit their bids electronically and ensure registration in the System for Award Management. The document integrates multiple federal acquisition regulations to ensure compliance and protect government interests. Overall, this solicitation aims to foster small business participation while addressing necessary environmental protections and safety concerns associated with the project.
    The document is a Wage Determination notice under the Service Contract Act (SCA) from the U.S. Department of Labor, specifying minimum wage rates and fringe benefits for service employees in specific Minnesota counties. It outlines two primary wage rates based on contract dates: $17.75 per hour for contracts effective after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The notice includes detailed wage rates for various occupations, including administrative, health care, and mechanical roles, outlining both hourly wages and any applicable fringe benefits. Additionally, it discusses compliance requirements related to sick leave, holiday pay, and uniform allowances, emphasizing employer obligations under federal contracts. The document serves as a guide for contractors participating in federal government contracts, ensuring they follow labor laws and uphold worker protections in alignment with federal policies. This ensures that workers are adequately compensated and provided with necessary benefits, reflecting the government’s commitment to fair labor standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking a contractor for the Fargo-Moorhead Forest Mitigation Planting project, aimed at providing environmental mitigation for the Fargo-Moorhead Metropolitan Area Flood Risk Management Project. The contractor will be responsible for all labor, materials, and equipment necessary to plant, maintain, and manage invasive species across approximately 99 acres, which includes the establishment of trees, grasses, and forbs on 48 acres and invasive species management on 52 acres of existing forest. This initiative is crucial for enhancing ecological restoration efforts in response to flood management impacts, ensuring sustainable land management practices. Interested small businesses must submit their bids by February 6, 2025, and can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Tree Removal Services - Central Western Massachusetts
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide tree removal services in Central Western Massachusetts, specifically at the Edward P. Boland VAMC in Leeds, MA. The procurement involves the removal of nine trees and grinding stumps to six inches below grade, adhering to standards set by VHA, OSHA, EPA, and the Massachusetts Department of Environmental Protection. This initiative is part of the VA's commitment to engage capable businesses while ensuring compliance with federal acquisition protocols, and it may be set aside for small businesses, including veteran-owned enterprises, based on the responses received. Interested parties must submit their capability statements by 5:00 PM EST on February 6, 2025, to Contract Specialist Shawn Lawrence at Shawn.Lawrence@va.gov, with submissions not exceeding eight pages.
    Erie Pier Confined Disposal Facility (CDF) Materials Management
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Erie Pier Confined Disposal Facility (CDF) Materials Management project, which involves the transportation and management of dredged materials. The contractor will be responsible for excavating, dewatering, and loading approximately 55,000 cubic yards of fine-grained dredged material from the CDF, located in Duluth-Superior Harbor, and transporting it to designated local upland sites for beneficial reuse. This project is critical for maintaining the harbor's operational efficiency and environmental compliance, with construction activities expected to occur throughout the calendar year. Interested small businesses must submit their proposals by February 28, 2025, and can contact Noah Bruck at noah.r.bruck@usace.army.mil or Stephanie Craig at STEPHANIE.M.CRAIG@USACE.ARMY.MIL for further information.
    Mechanical Vegetation Removal Services, Naugatuck River Basin, Various locations in CT
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is soliciting quotes for Mechanical Vegetation Removal Services in the Naugatuck River Basin across various locations in Connecticut. Contractors are required to provide all necessary labor, equipment, materials, and transportation for mechanical vegetation removal, with a focus on adhering to safety and environmental standards. This procurement is vital for effective vegetation management on federal lands, ensuring compliance with governmental regulations. Interested vendors must submit fixed-price quotes by February 12, 2025, and must have an active registration in SAM.gov to be considered for the Blanket Purchase Agreement, which has a master limit of $250,000 and a call limit of $25,000 per task order.
    Boundary Maintenance Services, East Brimfield Dam, Sturbridge, Brimfield, and Holland, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking contractors for Boundary Maintenance Services at the East Brimfield Dam, located in Sturbridge, Brimfield, and Holland, Massachusetts. The primary objective of this procurement is to provide comprehensive boundary maintenance, which includes identifying, clearing, and marking the U.S. Army Corps of Engineers (USACE) Fee Property Boundary, while documenting findings such as missing or damaged monuments and encroachments with photographic evidence. This service is crucial for maintaining the integrity of USACE property lines and ensuring compliance with federal regulations. The solicitation is set to be released on or about February 18, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    WI-UPR MS RIV NATL WILDL-SITE PREPARATION
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a federal contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Wisconsin. The project aims to convert 5 to 10 acres of reed canary grass into a thriving forest habitat, enhancing the ecosystem for neotropical migratory birds and tree-roosting bats through a comprehensive four-phase service project that includes herbicide treatment, mechanical site preparation, tree and shrub planting, and post-planting maintenance. This initiative underscores the government's commitment to environmental restoration while promoting small business participation, as the solicitation is set aside entirely for small businesses. Interested contractors must conduct a mandatory site visit and submit their proposals electronically by February 13, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    MVD Stone Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Mississippi Valley Division, is announcing anticipated stone work requirements for Fiscal Year 2025, focusing on various construction and repair projects along the Mississippi River. The primary objectives include the construction and repair of dikes, revetments, chevrons, and other river training structures, as well as land-based construction activities such as bank grading and stone placement to prevent erosion and maintain structural integrity. This initiative is crucial for ensuring the stability of vital waterways while addressing environmental challenges, with projects categorized by contracting methods including multiple award task order contracts (MATOC) and single award task order contracts (SATOC). Interested parties can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or by phone at 601-634-5907 for further information, while project details and budgets are subject to change as designs are refined.
    Plum Creek Restoration Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking construction contractors for the Plum Creek Restoration Project in Conewago Township, Pennsylvania. The project involves the removal of approximately 1,500 to 2,000 linear feet of failing culverts, stream daylighting, and the creation of wetlands and riparian buffers to restore a degraded stream system and improve hydrologic conditions. This initiative is crucial for enhancing aquatic habitats and supporting the broader goals of Chesapeake Bay restoration. Interested contractors must submit their capability statements by February 5, 2025, with the contract valued between $1,000,000 and $5,000,000. For further inquiries, contact Sharon Alexander at sharon.l.alexander@usace.army.mil or call 410-962-0191.
    F-- REMOVAL OF HAZARDOUS TREES AND LIMBS
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for the removal of hazardous trees and limbs at Kennesaw Mountain National Battlefield Park in Georgia, under solicitation number 140P5125Q0003. The project involves the removal of 79 hazardous trees, with diameters ranging from 10 to 30 inches, and associated debris, aiming to enhance public safety and protect historic earthworks within the park. This initiative underscores the importance of maintaining national park safety and environmental integrity while providing opportunities for small businesses in the landscaping sector. Interested parties must attend a mandatory site visit on February 3, 2025, and submit any questions in writing by February 6, 2025; for further details, contact Edward Dingle at edwarddingle@nps.gov or 404-507-5747.
    Westshore Lake Pontchartrain, Bottomland Hardwood, U.S. Army Corps of Engineers, New Orleans District
    Buyer not available
    The U.S. Army Corps of Engineers, New Orleans District, is soliciting proposals for the acquisition of Bottomland Hardwood (BLH) mitigation bank credits to offset habitat losses associated with the West Shore Lake Pontchartrain Project in Louisiana. The procurement aims to secure up to 40.3 average annual habitat units (AAHUs) of LDNR-approved credits within the Lake Pontchartrain Basin watershed, emphasizing compliance with federal environmental regulations and the engagement of qualified small businesses. Proposals must be submitted by February 14, 2025, and include necessary documentation such as a completed SF 1449 form and pricing schedules. Interested parties should direct inquiries to Evan Woitha at evan.g.woitha@usace.army.mil or Christopher Nuccio at christopher.nuccio@usace.army.mil, with questions due by January 29, 2025.