Mechanical Tree Removal Services, Franklin Falls Dam, Franklin, NH
ID: W912WJ26QA008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, 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, through the U.S. Army Corps of Engineers, is soliciting proposals for mechanical tree removal services at the Franklin Falls Dam in Franklin, New Hampshire. The project entails the removal of trees and woody vegetation at three designated locations: Periwinkle Road, Profile Falls Recreation Area, and Old Hill Village, requiring cutting, chipping, and disposal of the materials. This procurement is particularly significant as it is set aside for small business vendors, specifically Women-Owned Small Businesses (WOSB), under NAICS code 561730, with a size standard of $9.5 million. Interested contractors must have an active registration in SAM.gov and adhere to safety standards, with the solicitation closing date set for November 14, 2025. For further inquiries, vendors can contact Jennifer Samela at Jennifer.M.Samela@usace.army.mil or by phone at 978-318-8324.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation for tree removal services at the Franklin Falls Dam Project in New Hampshire. The amendment provides corrected site visit dates and times, while the closing date for offers remains November 14, 2025. The Performance Work Statement details the scope of work, including tree removal at three specific locations (Periwinkle Road, Profile Falls Recreation Area, and Old Hill Village), requiring cutting, chipping, and disposal of trees and woody vegetation. The document outlines comprehensive safety requirements, personnel qualifications, submittal procedures for safety plans, and adherence to various federal, state, and local regulations. Vendors are advised to adhere to all instructions, with awards based on price alone. Key contact for questions is Jennifer M. Samela.
    This amendment modifies solicitation number W912WJ26QA008 and is necessary to provide responses to industry questions and revise the Performance Work Statement for tree removal services at Franklin Falls Dam, New Hampshire. The solicitation closing date remains November 14, 2025. The project involves tree removal at three locations: Periwinkle Road, Profile Falls Recreation Area, and Old Hill Village. Vendors must acknowledge the amendment, adhere to all instructions, and be registered in SAM. The document details safety requirements, personnel qualifications, equipment, and specific service tasks including tree removal, wood chipping, and site-specific instructions for each location. A pre-work conference and various submittals are required post-award.
    The U.S. Army Corps of Engineers requires tree removal services at the Franklin Falls Dam in Franklin, New Hampshire, as detailed in a Performance Work Statement. The project includes specific tree removal areas identified in Exhibit A, focusing on Periwinkle Road and Profile Falls, and Exhibit B, which covers all woody vegetation and trees in the Old Hill Village area. This document serves as an informational map outlining the scope of work for potential contractors involved in federal government RFPs related to environmental and maintenance services.
    This government solicitation, W912WJ26QA008, is a Request for Quotations (RFQ) for mechanical tree removal, including cutting, chipping, and disposal, at three locations within the Franklin Falls Dam Project in New Hampshire. The project is set aside for Women-Owned Small Businesses (WOSB) with a NAICS code of 561730 and a size standard of $9,500,000.00. The performance period is from contract award to April 14, 2026, with an estimated total award amount of $9,500,000.00. Key requirements include adherence to USACE safety standards (EM 385-1-1), submission of pre-work safety plans, mandatory SAM registration, and site visits. Quotes will be evaluated based on price alone. Contractors must possess relevant experience, licenses, and certifications.
    Similar Opportunities
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking small business vendors to provide snow removal and sanding services at Birch Hill Dam and Tully Lake in Royalston, MA. The procurement requires the contractor to supply all necessary equipment, materials, labor, and transportation for effective snow management in these project areas. These services are crucial for maintaining accessibility and safety during winter months at the facilities. The solicitation is expected to be available online around December 11, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is seeking qualified contractors to provide snow removal and sanding services at Black Rock Lake, Northfield Brook Lake, and Thomaston Dam in Thomaston, Connecticut. The contractor will be responsible for supplying all necessary equipment, materials, labor, and transportation to perform these services in accordance with the Performance Work Statement. This procurement is crucial for maintaining safe access and operational efficiency during winter months at these facilities. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 8, 2025. Interested vendors must have an active registration in SAM.gov at the time of submission to be considered, and questions regarding the procurement will only be addressed after the solicitation is posted.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, Connecticut. The contract requires the provision of all labor, equipment, materials, and transportation necessary to maintain approximately 4.75 acres of fine lawn, perform rough mowing on 1.5 acres, and conduct 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 under the NAICS code 561730, with a size standard of $9.5 million, emphasizing the importance of maintaining the landscape for environmental and recreational purposes. Interested vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    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.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    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.