Tree Removal BPA
ID: FA3099-25-Q-0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3099 47 CONF CCLAUGHLIN AFB, TX, 78843-5101, 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 47th Contracting Squadron at Laughlin Air Force Base, Texas, is seeking quotations for a Tree Removal Blanket Purchase Agreement (BPA) under solicitation number FA3099-25-Q-0006. The procurement involves the removal and trimming of trees, categorized by size, with specific requirements for trees ranging from 12 to 48 inches in diameter, including site restoration and compliance with environmental regulations. This opportunity is exclusively set aside for small businesses, with a total small business size standard of $9.5 million, emphasizing the importance of fair labor practices as outlined in the associated wage determination documents. Interested contractors must submit their quotes by 1:00 PM CDT on July 22, 2025, and are encouraged to schedule a site visit prior to submission by contacting the primary or secondary points of contact listed in the solicitation.

    Files
    Title
    Posted
    The document is a request for quotations (RFQ) issued by the 47th Contracting Squadron at Laughlin AFB, TX for a Tree Removal Blanket Purchasing Agreement, outlined under solicitation number FA3099-25-Q-0006. This RFQ focuses on tree and palm tree removal services, categorized by diameter and height specifications, and is exclusively set aside for small businesses. The RFQ details the required tasks, including the removal of trees based on size classifications, and specifies the importance of providing a complete quotation, including price and technical proposals. The evaluation process will emphasize the lowest price while ensuring technical compliance and includes provisions for modifications and contract management. Additionally, the document emphasizes the necessity of adhering to safety protocols, particularly the Foreign Object Debris (FOD) plan, and mandates submission through the System for Award Management (SAM). The RFQ also contains several clauses reflecting federal regulations and small business requirements, indicating the government's commitment to ensuring compliance and transparency in procurement processes.
    The document outlines the Statement of Objectives (SOO) for a Blanket Purchase Agreement (BPA) for dead tree removal and trimming at Laughlin Air Force Base, scheduled for June 2025. The contractor is responsible for the complete execution of tree removal and trimming, including all necessary materials, labor, and equipment. The scope differentiates tree sizes by diameter and trimming height, establishing criteria for small, medium, and large classifications for various tree types. Orders initiated by the 47th Civil Engineering Squadron will specify tree type, size, quantity, and location, mandating a minimum removal of five trees per order. The contractor must ensure proper site cleanup, stump removal, and compliance with environmental regulations. The project size is contingent on funding, with a maximum goal of removing up to 305 trees. Additionally, all work must adhere to federal, state, and local laws, with any deviations needing approval from the Contracting Officer. This encapsulates a structured approach to maintaining the base’s environmental safety while engaging contractors for comprehensive tree management.
    The document appears to relate to wage determinations for federal contracts, as suggested by references to wage rates and employee classifications included in solicitations for federal grants and procurement requests. It details requirements for various classifications, such as labor and wage rates for specific job titles, and addresses federal compliance and labor standards. Additionally, it contains formatted information regarding prevailing wage determinations based on regional data, likely using a specific wage determination code (2015-5303). The text frequently references various forms and sections likely associated with federal contracting rules. Overall, this document serves as an essential guide for contractors and agencies to ensure that wages meet legal standards when handling federal contracts, enhancing fair labor practices within the government procurement framework. It emphasizes the importance of adhering to established wage determinations to maintain compliance with federal regulations.
    The document identified as FA309925Q0006, relating to AF Form 103, outlines specific requirements and procedures likely associated with a federal Request for Proposal (RFP) process. Although the file content itself is not provided, forms like the AF Form 103 typically pertain to official requests regarding procurement and funding within the government. Key points typically found in such documents include eligibility criteria, submission guidelines, and evaluation metrics for proposals. The overall aim is to solicit bids or proposals for goods or services that meet the outlined specifications while ensuring compliance with federal regulations. This process is critical for transparent governmental operations, promoting fairness and accountability in the expenditure of public funds. The file is structured to support bidders in understanding the necessary steps to participate effectively in the RFP, including timelines and documentation requirements essential for a complete submission. The emphasis on adherence to instructions and the organization’s mission underscores the importance of these procedures in maintaining operational integrity. The document exemplifies the bureaucratic framework supporting contract awards within government entities.
    The document FA309925Q0006 Attachment 4 provides a zone map relevant to a federal request for proposals (RFP). This map delineates specific geographic areas involved in the RFP, which is likely focused on projects requiring regional support or intervention. The primary purpose of this zone map is to establish clear boundaries for project scope, ensuring that proposals are directed toward appropriate locations eligible for funding or services. By defining these zones, the RFP can better target initiatives that align with federal or local objectives, facilitating effective project planning and execution. Understanding the delineated areas is crucial for potential bidders to formulate compliant and relevant proposals that address the requirements set forth in the associated RFP. The efficient interpretation of this map plays a vital role in the overall success of the proposal process within the context of governmental funding and project planning.
    The document outlines a request for proposal (RFP) related to tree removal services at a specified location, identified by solicitation number FA3099-25-Q-0006. It lists various contract line item numbers (CLINs) detailing the removal and restoration of trees based on their size, including small, medium, and large trees and palm trees. Each CLIN specifies a fixed firm price (FFP) for tasks involving the removal of trees up to 48 inches in diameter and palm trees up to 80 feet tall. The contractor is required to document pricing in designated fields of the attached price template, with an indication that this pricing will be updated annually. The focus on tree removal and site restoration suggests a commitment to maintaining land management and environmental standards, ensuring that proper procedures are followed for the effective removal of vegetation. Overall, the RFP aims to secure vendor services to carry out these tasks efficiently while adhering to specified guidelines.
    The document FA3099-25-Q-0006 is a solicitation for a Tree Removal Blanket Purchasing Agreement (BPA) issued by the 47th Contracting Squadron at Laughlin Air Force Base, Texas. This combined synopsis/solicitation invites quotations for the removal and trimming of trees, with requirements categorized by size and type, focusing on small businesses only, as indicated by the 100% small business set-aside. The proposal also details specific removal sizes for both regular and palm trees, including site restoration. All submissions must comply with the FAR and include various certifications and representations. Quotes will be assessed primarily on price and technical acceptance, with the government maintaining the right to cancel the solicitation and amend requirements as needed. A firm-fixed price purchase order will be awarded to the lowest acceptable bid, and a carbon footprint reduction strategy, along with adherence to safety standards, is emphasized. Interested contractors are invited to schedule a site visit prior to submission. The successful contractor must also register in the System for Award Management (SAM).
    Lifecycle
    Title
    Type
    Tree Removal BPA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Invitation for Bids, Sam Rayburn and Town Bluff Lakes, Jasper, Texas, SALVAGE Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Fort Worth District, is inviting bids for a Government Forest Products Salvage Contract at Sam Rayburn and Town Bluff Lakes in Texas. This solicitation seeks bids for the purchase and removal of government-owned pine and hardwood timber, with an estimated volume of 500 tons of pine sawtimber and 100 tons each of various hardwood and pine products. The contract is significant for managing forest resources and ensuring sustainable timber practices. Bids are due by January 8, 2026, at 9:00 AM local time, with a required bid deposit of $1,000 for Item 1, and interested parties can contact Corey Walk at corey.d.walk@usace.army.mil or John Hamilton at john.w.hamilton@usace.army.mil for further details.
    Demo B6119
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. The project entails the complete demolition of the building, including the removal of concrete slabs, foundations, and various structural components, with a focus on adhering to safety and environmental regulations, particularly concerning asbestos abatement. This procurement is crucial for site preparation and redevelopment, ensuring compliance with federal and state standards. Interested contractors must submit their proposals by December 15, 2025, including a detailed project timeline and pricing breakdown, and can direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil.
    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.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for lumber, plywood, millwork, and wood panel products. This procurement aims to secure standard commercial supplies and services at competitive prices, specifically under the PSC/FSC Codes 5510, 5520, and 5530, which pertain to lumber and related wood materials. The selected vendors will be evaluated based on their past performance, including customer satisfaction and quality of deliverables, with BPAs awarded on a six-month rotation through June 2029. Interested small businesses must submit their documentation and past performance references to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil by April 30 for June awards or by October 31 for December awards.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.