Electrical Right of Way Tree Trimming - Sources Sought
ID: FA441825Q0023Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors for an upcoming requirement related to electrical right of way tree trimming at Joint Base Charleston in South Carolina. The project involves vegetation clearance around overhead electrical lines, requiring contractors to trim or cut back vegetation a minimum of 20 feet from power lines while ensuring a clearance of 10 feet above and below, excluding transmission lines. This initiative is classified under NAICS Code 561730 (Landscaping Services) and aims to support small business participation in federal contracting. Interested parties must submit a capabilities package by April 21, 2025, detailing their business size, status, relevant experience, and any arborist certifications, with responses directed to Morgan Hart at morgan.hart.1@us.af.mil or Matthew Michel at matthew.michel@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 8:06 PM UTC
The provided document consists of maps generated for Joint Base Charleston, showcasing various installations and features of the base. The maps display essential elements such as road centerlines, airfields, buildings, sidewalks, vehicle parking, and base utilities, represented in both metric and imperial scale. The document emphasizes the geographical layout of the base, marked by specific coordinates indicating its boundaries. It leverages the AFMC Portal for ArcGIS, indicating a reliance on advanced mapping technology to assist in planning or operational activities. This file is likely associated with federal grants or state and local RFPs, pinpointing the installation's infrastructure details crucial for potential developments, maintenance projects, or resource allocation within the base. The overall context underlines a systematic approach to managing military installations and outlines key features that may inform future proposals or funding requests aimed at enhancing operational efficacy at Joint Base Charleston.
Apr 8, 2025, 8:06 PM UTC
The Joint Base Charleston (JB CHS) Electrical Rights of Way (ROW) Tree Clearing project aims to provide vegetation clearance around electrical utilities on the Naval Weapons Station and Air Base. The contractor is responsible for ensuring compliance with industry standards, managing outages, and conducting inspections, while adhering to environmental regulations regarding chemical usage and pest management. Key elements of the project include trimming vegetation for a minimum clearance from power lines, managing waste, and maintaining accurate chemical usage records. Requests for quotes for work will be coordinated through the Contracting Officer (CO), with performance objectives established for quality and timeliness of service. The contractor must have qualified personnel, ensure safety and security protocols, and obtain necessary permits and licenses, while minimizing risks of damage to government property. The project emphasizes adherence to strict quality control and safety standards, requiring ongoing reporting and inspections. Overall, the document outlines critical operational guidelines for vegetation management necessary for maintaining electrical infrastructures, reflecting the federal government's commitment to safety and regulatory compliance.
Apr 8, 2025, 8:06 PM UTC
The Joint Base Charleston is seeking information from potential contractors regarding vegetation clearance around overhead electrical lines on the base, specifically for the 628 Civil Engineering Squadron (CES). This request is for market research purposes only and is intended to assess interest and capabilities for a future Request for Quotation (RFQ FA441825Q0023). The anticipated work will involve trimming back vegetation a minimum of 20 feet from power lines, ensuring a clearance of 10 feet above and below, while excluding transmission lines. This initiative is classified under NAICS Code 561730 (Landscaping Services) with a size standard of $9,500,000. Interested parties are encouraged to submit a capabilities package detailing their business size, status, relevant experience, and any arborist certifications. The package should clearly delineate responsibilities between prime and subcontractors if applicable and not exceed five pages. The responses are due by April 21, 2025, and must include specific company information and compliance with SAM registration. This announcement prioritizes small business participation for the contract, aiming to foster competition and support socio-economic groups within the federal contracting framework.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
NDI Lab Pen Line B1510
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the NDI Lab Pen Line B1510 project at Shaw Air Force Base in South Carolina. The project entails the removal of existing wiring and the installation of new wiring to accommodate new equipment, ensuring compliance with relevant electrical codes as outlined in the attached Statement of Work. This procurement is crucial for enhancing the electrical infrastructure necessary for operational efficiency at the base. Interested small businesses must submit their bids by 2:00 PM EST on May 2, 2025, with the anticipated award date set for May 19, 2025. For further inquiries, potential bidders can contact Tariq Ellis at tariq.ellis@us.af.mil or SrA Margret Ogbuozobe at margret.ogbuozobe@us.af.mil.
Kirtland AFB Repair Substation 21
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Kirtland AFB Repair Substation 21 project, which involves the installation of 34 wooden poles, corner poles, superstructure, and guy wires along the access road in accordance with the Statement of Work (SOW). This project is categorized under the NAICS code 237130, focusing on Power and Communication Line and Related Structures Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Edward Shults at edward.shults@us.af.mil or by phone at 505-853-4263, or Zachary Laurenz at zachary.laurenz.1@us.af.mil or 505-846-6283 for further details regarding the solicitation process.
16 EWS Landscape Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a landscaping project at the 16th Electromagnetic Warfare Squadron (EWS) located at Peterson Space Force Base (SFB) in Colorado. The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to enhance the outdoor space surrounding Building 2027, which includes the installation of native trees, shrubs, picnic tables, and waste disposal receptacles, while adhering to federal, state, and environmental regulations. This project aims to create a functional and environmentally conscious outdoor area for personnel, supporting operational needs and enhancing community amenities. Quotes are due by May 8, 2025, with a site visit scheduled for April 24, 2025; interested parties should direct inquiries to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil.
Clinton River Confined Disposal Facility (CDF) Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance services at the Clinton River Confined Disposal Facility (CDF) in Harrison Township, Michigan. The primary objective is to address significant overgrowth of vegetation, including large trees and brush, to ensure the facility remains functional, with tasks expected to include tree cutting, topping, and vegetation removal. This opportunity is crucial for maintaining the operational integrity of the CDF, which plays a vital role in environmental management. Interested businesses, both small and large, are encouraged to respond by submitting a completed questionnaire to Contract Specialist Noah Bruck and Contracting Officer Michelle Barr via email by 2:00 PM Eastern Time on May 2, 2025, with the NAICS code for this procurement being 561730 for Landscaping Services.
FA448425R0006 Solicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is specifically set aside for small businesses, with the expectation of awarding a minimum of three contracts over a five-year period, including a base year and four optional extensions, with a total contract value capped at $66 million. The services required encompass a wide range of electrical tasks, including inspection, maintenance, and repair of electrical systems, which are critical for ensuring the operational efficiency and safety of military installations. Interested contractors must submit their proposals by May 19, 2025, and are encouraged to contact Sean A. Burney at sean.burney.1@us.af.mil or Dana Wright at dana.wright.6@us.af.mil for further information.
Johnstown FPP Vegetation Removal Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Pittsburgh District, is seeking qualified contractors for vegetation removal services at the Johnstown Local Flood Protection Project in Pennsylvania. The project involves maintaining the integrity of levees and shoals along the Stonycreek, Little Conemaugh, and Conemaugh Rivers by removing brush, trees, and debris over a five-year period, with two of six designated areas cleared each year. This procurement is a Total Small Business Set-Aside under NAICS Code 561730, Landscaping Services, and is anticipated to be awarded as a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Interested parties must respond with their qualifications and relevant information by April 25, 2025, at 11:00 A.M. ET, to the primary contact, Mario Dizdarevic, at mario.dizdarevic@usace.army.mil.
Grounds Maintenance Services - Andersen AFB, Guam
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grounds maintenance services at Andersen Air Force Base (AAFB) in Guam. The services required include comprehensive landscaping and maintenance tasks such as mowing, trimming, edging, and debris removal to ensure the grounds are maintained in a neat and professional condition. This opportunity is part of a market research initiative to gauge interest and capabilities among small businesses, as the procurement is set aside for total small business participation under the NAICS code 561730, which pertains to Landscaping Services. Interested parties should submit their responses, including company details and relevant experience, to the designated contacts, Christiana Tuck and Tommyjay Taitano, via email, ensuring to include "SOURCES SOUGHT – GROUNDS MAINTENANCE" in the subject line. This notice is not a solicitation for proposals and does not guarantee a contract award.
Amendment 1 - Pad-Mounted Switchgear
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of one (1) 15kV Pad-Mounted Switchgear for the 628th Civil Engineering Squadron at Joint Base Charleston, South Carolina. This solicitation, designated as FA441825Q0008, is aimed at small businesses under NAICS code 335313 and includes specific technical requirements for the switchgear, which is critical for maintaining electrical systems and ensuring operational integrity. The procurement process emphasizes compliance with federal regulations, including the Buy American Act, and requires submissions to be made via email by April 30, 2025, at 5:00 PM Eastern. Interested vendors should direct inquiries to the primary contact, Edward Maxted-Sorensen, at edward.maxtedsorensen.1@us.af.mil, or the secondary contact, Matthew Michel, at matthew.michel@us.af.mil.
FY25 Daniel Island Wando Cell Ditching Rd. 2
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Charleston, is seeking qualified contractors for the FY25 Daniel Island Wando Cell Ditching Rd. 2 project in Berkeley County, South Carolina. The procurement involves the comprehensive management of earth-moving operations, including the creation and deepening of drainage ditches, site clearing, and minor repairs of dikes, berms, and ramps, all of which are critical for effective land management and environmental control. This project is set aside exclusively for small businesses, with an estimated contract value ranging from $1,000,000 to $5,000,000. Interested parties should contact Evelyn Halliburton at EVELYN.I.HALLIBURTON@USACE.ARMY.MIL or by phone at 843-329-8208 for further details.
Landscaping and Tree Planting - Old Hickory (Rockland)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for landscaping and tree planting services at the Rockland Recreation Area in Hendersonville, Tennessee. The primary objective of this procurement is to replace trees and vegetation lost due to a tornado in December 2023, focusing on planting native species to restore the local ecosystem and enhance the area's natural beauty. This Total Small Business Set-Aside contract will be awarded based on the lowest priced, responsible offeror located within 75 miles of the site, with a base period of one year and two optional one-year extensions. Interested contractors must submit their quotes electronically by April 30, 2025, and are encouraged to attend a mandatory site visit on April 17, 2025, for which they should register in advance. For further inquiries, contact Scott Ellis at Robert.S.Ellis@usace.army.mil or call 615-736-5632.