Vandenberg SFB Tree Trimming IDIQ
ID: FA461025R0018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, 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 Department of the Air Force, is soliciting proposals for tree trimming and removal services at Vandenberg Space Force Base (VSFB) in California under solicitation number FA461025R0018. The contract, which is a Total Small Business Set-Aside, aims to provide comprehensive tree maintenance, including pruning, removal, stump grinding, and biologist services, with a performance period from September 29, 2025, to September 28, 2030, and a maximum value of $4,100,000.00. These services are crucial for maintaining the health and safety of the tree landscapes on the base, ensuring compliance with federal, state, and local regulations, particularly concerning environmental protections. Interested contractors must submit their proposals by August 30, 2025, and can direct inquiries to Chris Richardson or Taylor Dunn via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a federal government Request for Proposal (RFP) for tree trimming services at Vandenberg Space Force Base, specifically designated for Women-Owned Small Businesses (WOSB). The RFP, numbered FA461025R0018, seeks a contractor for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an estimated total award amount of $9,500,000.00. The services span five ordering periods and include various tree maintenance tasks such as spot pruning, tree removal (with and without herbicide treatment) for different tree sizes, stump grinding, emergency service calls, and biologist services. The place of performance and inspection/acceptance location for all services is Vandenberg SFB, CA. The solicitation was issued on July 30, 2025, with an offer due date of August 11, 2025.
    The Performance Work Statement (PWS) outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for tree trimming and removal services at Vandenberg Space Force Base (VSFB). The contractor is responsible for providing all necessary resources to maintain a healthy and professional appearance of tree landscapes, adhering to federal, state, local, and VSFB regulations, and commercial industry standards (e.g., ANSI). Services include routine maintenance, spot pruning, and extensive tree removal, including stump grinding and herbicide application to prevent regrowth, especially for Eucalyptus trees. Special attention is required for trees near high-voltage power lines, necessitating specific clearance standards and coordinated power outages if needed. Environmental compliance is paramount, with provisions for assessing nesting birds and monarch butterflies (requiring biologist services during specific seasons), and adherence to the Migratory Bird Treaty Act and the National Historic Preservation Act (Section 106) for archaeological and historical resources. The contractor must also manage and dispose of waste materials off-base, with strict reporting requirements for hazardous materials and pesticide applications, ensuring all equipment complies with air quality regulations (e.g., CARB PERP). Security protocols for base access, personnel, and vehicles are detailed, alongside performance standards for timely proposal submissions and work order completion, including emergency services. The PWS emphasizes accountability for damages and compliance with all governing documents at VSFB.
    The "Attachment 1 - Bid Schedule" outlines a comprehensive set of tree and vegetation management services, likely for a government Request for Proposal (RFP). The document details various services under CLIN 0001, including spot pruning, tree removal (with and without herbicide treatment, categorized by diameter), stump grinding (also by diameter), emergency service calls, and biologist services for surveys. Each service lists a quantity and type (e.g., hours or each), with prices and totals currently set at $0.00, indicating a template for bidding. The schedule spans five ordering periods (0001, 1001, 2001, 3001, 4001), each beginning on a specific date from September 29, 2025, to September 29, 2029, with all pricing also at $0.00. An additional 6-month extension period for evaluation is also noted, along with a total evaluated price of $0.00. This attachment serves as a structured bidding sheet for prospective contractors to provide pricing for the specified tree and vegetation management services across multiple potential ordering periods.
    The document outlines a technical questionnaire for a Tree Trimming/Removal ID/IQ contract, likely a federal or state RFP. It focuses on three key areas: tree trimming/removal/stump grinding procedures, safety programs, and environmental compliance. Companies must detail their experience, equipment access, and emergency response capabilities for tree services. For safety, they need to describe their quality assurance and safety programs, including PPE, and disclose any major injuries. Environmental compliance requires information on licensed arborists and herbicide applicators, types of herbicides used, and specific application processes for Eucalyptus stumps. The questionnaire emphasizes detailed responses within strict page limits.
    This document, maintained by the Armed Forces West Management Board (AFWMB) and reviewed by the AFWMB Operations Committee, serves as a comprehensive listing of equipment and management materials approved for Defense Logistics Agency (DLA) stock. Users are encouraged to submit additional information or corrections via email (osd.pentagon.ousd-atl.mbx.mail-mil@mail.mil), telephone, fax, or postal service. It clarifies that the list does not grant procurement authority and the use of trade names is solely for identification, not endorsement or criticism of unlisted products. Initial prices are subject to change without notice from the AFWMB. The document outlines search instructions for specific items, such as common names or trade names, to facilitate navigation within the list. The bulk of the document appears to be a catalog of various items with corresponding codes, descriptions, and potentially pricing or stock information, although the exact nature of these items is not explicitly detailed beyond their listing format.
    The Women-Owned Small Business (WOSB) Solicitation outlines the contract for commercial tree trimming services at Vandenberg Space Force Base. The requisition number is FA461025R0018, with an award effective date of August 11, 2025, and a total estimated award amount of $9,500,000. The contractor is tasked with multiple tree services, including spot pruning, small to large tree removals, stump grinding, emergency service calls, and biologist services. These services are structured across five ordering periods from September 29, 2025, to September 28, 2026. The contract also requires the submission of invoices, the inspection of quality, and adherence to specific delivery locations. The primary purpose of the document is to formalize an agreement for providing necessary tree maintenance to ensure environmental safety and compliance at a federal facility. The solicitation emphasizes opportunities for women-owned businesses to participate in federal contracting, aiming to promote economic equity in government procurement processes. By outlining specific performance expectations and regulatory adherence, the solicitation facilitates structured, fair competition among potential contractors while enhancing maintenance operations at the base.
    The Performance Work Statement (PWS) outlines the requirements for tree trimming and removal services at Vandenberg Space Force Base (VSFB). The contractor is responsible for providing comprehensive management, labor, equipment, and adherence to all applicable regulations concerning tree service operations. Key objectives include maintaining the natural aesthetic, ensuring compliance with environmental laws, and conducting tree assessments for nesting birds and migratory butterflies during specific periods. Emergency services must be rendered quickly, with the contractor required to respond within one hour during business hours and two hours on non-duty hours. Regulatory compliance, particularly regarding the Migratory Bird Treaty Act and Historic Preservation Act, is critical before any tree removal activities take place. The contractor must also manage and report waste disposal, equipment emissions, and environmental impacts. The document details the process for proposal submissions following work orders, specifications for safe pesticide use, and rigorous site restoration requirements to prevent ecological disturbance. Overall, this PWS emphasizes quality assurance through performance metrics and comprehensive reporting guidelines while ensuring environmentally responsible tree management practices.
    The document outlines a bid schedule for tree maintenance and removal services, as well as related landscaping tasks, as part of a federal government Request for Proposal (RFP). It includes detailed descriptions of various services, with specified quantities and their respective pricing—all listed as $0.00 across multiple ordering periods from September 2025 to September 2029. The tasks cover a range of tree maintenance actions, including spot pruning, tree removals (both with and without herbicide treatment), stump grinding, emergency service calls, and biologist services for surveys. Each task is categorized under specific Contract Line Item Numbers (CLINs), indicating structured pricing and billing for government contracts. The document serves as a framework for vendors to bid on these services, aiming to enhance environmental management practices while ensuring compliance with federal regulations. Overall, it indicates a clear commitment to maintaining safe and healthy landscaping environments within federal properties through planned contracting opportunities.
    The TREE TRIMMING/REMOVAL ID/IQ Technical Questionnaire outlines requirements for contractors regarding tree-related services. It seeks detailed responses to a series of tasks centered on tree trimming, removal, and stump grinding, along with associated safety and environmental compliance measures. Contractors must confirm prior experience in these services and describe their stump grinding procedures, the vehicles at their disposal, and emergency response capabilities. Additionally, the document emphasizes the need for a comprehensive safety program, detailing both quality assurance measures and personal protective equipment (PPE) in place to safeguard employees. Contractors are also asked to disclose any major injuries within the past five years. Regarding environmental compliance, the questionnaire requests information on whether the company employs a licensed arborist, possesses a California licensed herbicide applicator, and the types of herbicides used, with a specific focus on the herbicide application process for Eucalyptus stumps. This document serves as part of the process for federal and local government RFPs, ensuring that contractors meet specific operational and safety standards in tree management services.
    The document outlines various aspects related to federal grants, requests for proposals (RFPs), and state and local funding initiatives. It includes a discussion on the processes involved in applying for such funding, emphasizing the importance of adhering to prescribed guidelines and submission deadlines. The text highlights the need for transparency, accountability, and the evaluation criteria used by government entities to assess proposals. Additionally, it covers topics such as project eligibility requirements, budgetary considerations, and the potential for collaborative partnerships among applicants. The document underscores the significance of aligning proposals with community needs and federal priorities, aiming to ensure effective allocation of resources to support local and federal initiatives. Overall, this communication serves as a comprehensive guide for stakeholders involved in securing government funding, encouraging meticulous preparation and adherence to established protocols to enhance funding opportunities.
    The document appears to be a corrupted or improperly formatted file, making its content largely non-readable and lacking the coherence needed for effective analysis. As a government analyst, the understanding from a complete and uncorrupted document would involve identifying the main topic, key ideas, and relevant details typically focused on federal RFPs, grants, or state/local procurement processes. Such documents generally outline program objectives, application procedures, eligibility criteria, and funding availability. In a functional document related to RFPs or grants, one would expect to see structured information covering policies and guidelines relevant to applicants, including deadlines and evaluation methods for proposals. The main purpose would be to facilitate funding opportunities and program initiations aligned with government priorities. Due to the unreadable nature of this document, an exact summary of its contents cannot be appropriately provided. A comprehensive document would provide clarity on funding sources, project goals, and community benefits, focusing on enhancing public resources or services while adhering to regulatory standards.
    The Department of the Air Force, United States Space Force, Space Launch Delta 30, is soliciting proposals for Tree Trimming Services at Vandenberg Space Force Base, CA, under solicitation no. FA461025R0018. The contract will cover pruning, maintenance, removal, stump grinding, and Biologist services from September 29, 2025, to September 28, 2030, with a maximum value of $4,100,000.00 (or $4,515,625.00 if FAR 52.217-8 is utilized). This will be an Indefinite Delivery/Indefinite Quantity contract with Firm-Fixed-Price line items. Proposals, including Attachment 3 Pricing Schedule, must be submitted by September 2, 2025, with a 60-day acceptance period. The Government intends to award without discussions. Contact Taylor Dunn or Charles C. Richardson for questions.
    The Department of the Air Force, United States Space Force, Space Launch Delta 30, has issued Request for Proposal (RFP) FA461025R0018 for Tree Trimming Services at Vandenberg Space Force Base, California. The contract, managed by the 30th Civil Engineering Squadron, requires pruning, maintenance, removal, stump grinding, and Biologist services. The anticipated performance period is September 29, 2025, to September 28, 2030, with a maximum value of $4,100,000.00. This will be an Indefinite Delivery/Indefinite Quantity contract with Firm-Fixed-Price line items. Proposals, including a pricing schedule and a 60-day acceptance period, are due by August 30, 2025. The government intends to award without discussions.
    The document is a solicitation memorandum from the United States Space Force, specifically for tree trimming services at Vandenberg Space Force Base, California. The contract aims to support the 30th Civil Engineering Squadron by providing tree maintenance, pruning, removal, stump grinding, and biologist services. The contract period is slated from September 29, 2025, to September 28, 2030, with an estimated maximum value of $4.1 million. Proposals must be submitted by August 30, 2025, and should include a pricing schedule, acceptance period of at least 60 days, and address all specified provisions. Notably, the government intends to award the contract without discussion and does not foresee a site visit. The document stresses the importance of identifying and addressing any concerns early on and encourages proposals to be submitted promptly for analysis. Key contacts for inquiries are provided. This Request for Proposal (RFP) highlights the government's commitment to maintaining its base infrastructure and the procurement process's structured requirements.
    The Tree Trimming IDIQ Solicitation FA461025R0018 outlines the minimum qualifications for a biologist referenced in Section 7.0 of the Performance Work Statement (PWS). To be considered qualified, a consultant's resume and experience in completing nesting bird surveys must be reviewed by a natural resource manager/subject matter expert. Key areas of assessment include local and documented experience conducting nesting bird surveys independently in various habitats, knowledge of the Migratory Bird Treaty Act (MBTA) and the Bald and Golden Eagle Protection Act, and the ability to determine appropriate buffer distances for active nests with chicks or eggs based on species and situation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    TULE PROPERTY CLEARING
    Buyer not available
    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.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Buyer not available
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.