HAFE HAZARD TREE MITIGATION
ID: 140P2125Q0107Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)
Timeline
    Description

    The National Park Service, under the Department of the Interior, is seeking proposals for the HAFE Hazard Tree Mitigation project at Harpers Ferry National Historical Park. This procurement involves providing labor, materials, and equipment for the assessment and removal of hazardous trees, particularly targeting Ailanthus species, to enhance visitor safety and support ecological management efforts within the park. The initiative reflects the government's commitment to environmental stewardship and the preservation of the park's historical integrity. Interested contractors must submit their proposals by June 16, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Robert Adamson at robert_adamson@nps.gov or call 301-502-0076.

    Point(s) of Contact
    Files
    Title
    Posted
    This document provides a comprehensive inventory and assessment of various tree species located on Pennock Way and nearby areas, documenting their condition and recommended management actions. It lists numerous trees, noting common names, scientific classifications, and their health status, with a focus on pruning and removal for hazard mitigation. The majority of trees, such as oaks, maples, and tulip trees, display a range of health conditions from “good” to “dead.” Specific recommendations include pruning to reduce risks associated with dead branches and the removal of trees deemed hazardous. The data collected is valuable for urban forestry management and aligns with local government initiatives aimed at maintaining public safety and enhancing ecological health. This tree assessment also reflects a systematic approach to managing urban tree populations within the context of federal and state environmental funding and grants for community development.
    The document outlines multiple options for a project concerning the Harpers Ferry National Historical Park, managed by the National Park Service under the U.S. Department of the Interior. It presents various scopes of work (SOW) sections, specifically focusing on tree removal, particularly targeting Ailanthus species. Each section details different approaches or alternatives for conducting the tree removal process, although the specific methodologies or technical details are not fully presented in the excerpt. This initiative likely aims to address ecological management and preservation efforts within the park, aligning with broader environmental conservation goals. The project's structured options signify a systematic approach to resource management, essential for maintaining the park's historical integrity and environmental health. Overall, this proposal reflects the government's commitment to environmental stewardship and the importance of careful planning in federal undertakings.
    The document outlines wage determinations for occupations under the Service Contract Act, emphasizing the necessity for federal contractors to adhere to minimum wage standards established by Executive Orders 14026 and 13658. It specifies minimum pay rates based on contract dates and includes a detailed table of wage rates for numerous occupations in West Virginia, along with stipulations for benefits such as health care, paid sick leave, vacation, and holiday pay. Additionally, it states that contractors must follow compliance regulations regarding uniform provision and outlines the process for classifying new job categories not listed in the wage determination.
    The National Park Service seeks proposals for tree care and hazard mitigation at Harpers Ferry National Historical Park through Solicitation Number 140P2125Q0107. This small business set-aside contract requires provision of labor, materials, and equipment for safe tree assessment and removal operations along trails and park boundaries. The contractor must adhere to all safety regulations and maintain effective communication with the government representatives. The contract duration is from September 16, 2025, to March 28, 2026. Interested parties must submit their offers by June 16, 2025, with required documentation including valid arborist certification and a project narrative. The evaluation process will prioritize compliance with technical specifications and lowest pricing. The park’s unique ecosystem necessitates a careful approach to avoid disruption, thus all contractors must be registered in the System for Award Management (SAM) to be eligible for award. The completion of the work must mitigate risks from dead trees and wood debris, particularly considering visitor safety and environmental conservation efforts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HPTC DOUG FIR CVG LUMBER PURCHASE
    Interior, Department Of The
    The Department of the Interior, through the National Park Service's Washington Contracting Office, is seeking quotations for the procurement of Clear Vertical Grain (CVG) Douglas Fir lumber, specifically for park bench fabrication. This opportunity is a 100% Total Small Business Set-Aside, requiring contractors to provide all necessary labor, materials, and transportation to deliver the lumber to the Brentwood Maintenance Facility in Washington, DC, within 45 days of contract award. The lumber is essential for maintaining park facilities and enhancing visitor experiences in national parks. Interested vendors should contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further details regarding the solicitation, reference number 140P2126Q0015.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    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.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Forestry Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Forestry Support Services at Aberdeen Proving Ground (APG), Maryland, with a total estimated award amount of $11,500,000. The contract will focus on forest resource compliance and management, with individual task orders detailing specific regulatory requirements, funding sources, and performance schedules. These services are critical for maintaining the health of forest ecosystems, enhancing wildlife habitats, and ensuring compliance with environmental regulations. Interested parties, particularly Women-Owned Small Business (WOSB) concerns, should contact Samantha Hayes at samantha.c.hayes.civ@army.mil or 410-404-7245 for further information, with proposals due by the specified deadlines. The contract period spans five years, from March 2026 to February 2031, with an optional six-month extension.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    M--Railroad Tie Replacement
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for a Railroad Tie Replacement project at Cuyahoga Valley National Park in Dayton, OH. The project involves replacing approximately 1,200 railroad ties along a deteriorating section of the Cuyahoga Valley Railway, ensuring compliance with Federal Rail Administration (FRA) regulations for Class 1 track standards. This initiative is crucial for maintaining safe and operational railway infrastructure within the park. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early February 2026, and work commencing in March 2026. Interested contractors should contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500 for further details, and are encouraged to attend a site visit to better understand project requirements.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.