Utility Tree Trimming Services
ID: N4008524R2861Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, 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 Naval Facilities Engineering Systems Command (NAVFAC), is seeking proposals for Regional Electric Utility Tree Trimming and Ground Cleaning Services in Virginia Beach, Virginia. The contract, structured as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, requires contractors to perform tree pruning, removal, stump grinding, and herbicide application to maintain safe clearance around utility lines, adhering to ANSI standards and ensuring compliance with safety regulations. This procurement is critical for maintaining utility operations and public safety at various naval facilities, with a guaranteed minimum order of $5,000 and a proposal deadline set for June 17, 2025. Interested contractors can direct inquiries to Chamel Adams or Asia Bracey via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought Notice from the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), aimed at identifying qualified small businesses for a future contract related to Regional Electric Utility Tree Trimming and Ground Clearing Services. This contract, anticipated to be a Firm-Fixed Price/Indefinite Delivery, Indefinite Quantity (IDIQ) type, will serve various installations in Virginia over a maximum term of 60 months. The government seeks Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with relevant experience to participate. The Contractor's responsibilities will encompass labor, supervision, and equipment for tree maintenance and vegetation removal in utility line clear zones. Firms interested are invited to submit a capabilities package outlining their experience, company profile, classifications, and operational geographic area, with a minimum experience requirement of $500,000 over the past five years. Responses are due electronically by 2:00 PM EST on October 11, 2024. This notice serves solely for market research and does not constitute a solicitation or contract award.
    This document outlines the instructions and conditions for a Request for Proposal (RFP) related to the award of a government contract. It specifies the requirements for offerors, including certification of proposals, submission formats, and content inclusions. Key highlights include a clear 100-page limit for proposals, distinct separation of technical and price proposals, mandatory SAM and VETS-4212 registrations, and a site visit scheduled for May 28, 2025, at Norfolk Naval Shipyard. Offerors must submit inquiries electronically, and responses will be provided in writing. Additionally, detailed financial information and evidence of organizational capability must be supplied as part of the price proposal package. The document emphasizes adherence to regulatory standards and the importance of understanding and addressing contract performance objectives. Overall, this RFP serves to facilitate the procurement process while ensuring compliance with federal standards and due diligence in contractor selection and execution.
    The solicitation N4008524R2861, extended to June 17th, 2025, involves vegetation management services including tree trimming, removal, stump grinding, and herbicide application within utility line clear zones on government property. Key specifications require contractors to maintain a 20-foot clearance above and below power lines, ensuring all employees are OSHA-trained to work safely around energized lines ranging from 120 to 34,500 volts. Removals and brush cutting must include disposal of debris, with a clearance limit set to 40 feet for brush cutting to ground level. Cleanup protocols mandate immediate removal of waste, and special arrangements for work inside secure areas and during specific working hours are necessary. Additionally, provisions for equipment access and necessary traffic control measures are outlined. Overall, the document details the operational requirements for contractors to perform vegetation management efficiently and safely, aligning with federal regulations and standards.
    The document outlines the general information and management administration guidelines for a performance-based service contract at various Naval installations in Virginia. The contractor is responsible for providing all necessary services, including labor, materials, and supervision. The contract features a performance-based service acquisition (PBSA) approach that emphasizes measurable outcomes and standards, ensuring efficient service delivery. It includes 18 annexes detailing specific service requirements, management protocols, and administrative needs. Essential points include the government's right to acquire additional work, the significance of contractor knowledge, and expectations for effective partnership and communication. It stresses compliance with safety regulations, proper documentation, and quality management practices. Personnel requirements designate key roles, such as Project Manager and Safety Officer, each needing specific qualifications. Security protocols are highlighted to ensure contractors adhere to safety and regulatory standards while working within naval facilities. Overall, the document serves as a comprehensive guide for contractors aiming to successfully fulfill their obligations in contract performance, ensuring that services meet established government expectations while adhering to safety, security, and quality standards.
    The document outlines the deliverables and performance expectations related to a federal contract for management and administration, as well as grounds maintenance and landscaping. It details various tasks, timelines, and submission requirements, specifying the necessary documents including requests for work outside regular hours, sign-in sheets, permits, and incident reporting. Key points include the necessity for certifications, insurance documentation, action plans, quality control measures, and reports related to safety and environmental compliance. Deliverables are often due within specific timeframes, such as 15 calendar days before contract start, ongoing updates, and weekly communications. The document emphasizes coordination with the Contracting Officer (KO) and Contracting Officer Representative (COR) throughout the contract period, reflecting the structured oversight expected in federal contracting processes. This ensures accountability and compliance with safety, quality, and operational standards, essential for the successful execution of government contracts.
    The document outlines a Request for Proposals (RFP) from the Naval Facilities Engineering Systems Command (NAVFAC) for Regional Electric Utility Tree Trimming and Ground Cleaning Services. It details the nature of the contract as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, emphasizing the non-recurring services needed at various naval facilities in Virginia. The proposal deadline is set for June 12, 2025, with a guaranteed minimum order of $5,000 for the selected contractor. The contract includes multiple sections detailing the scope of work, pricing, evaluation criteria, and requirements for contractor performance and quality assurance. Notably, bidders must present comprehensive pricing alongside a technical proposal, with a focus on Service Contract Labor Standards. The document mandates adherence to labor wage determinations and outlines the mechanisms for order placement, such as the use of the Government Purchase Card and FedMall for electronic transactions. Additionally, contractors are required to establish a Quality Control Program and are held accountable for performance through government inspections. The agreement specifies conditions under which payment may be withheld and outlines the consequences of contractor non-performance. This RFP reflects the government's intent to secure reliable and efficient utility services while fostering compliance with regulatory standards and quality benchmarks.
    The document outlines the proposal requirements for a Utility Tree Trimming project, emphasizing the necessary certifications and submission guidelines for contractors. Key sections, such as Section L, detail instructions for preparing and submitting proposals, including both non-cost/price and price submission requirements. Contractors must provide specific corporate information, certification of proposals, payment schedules, and financial documentation demonstrating capability and responsibility in line with federal guidelines (FAR). The document also includes procedures for pre-proposal inquiries, site visit information, and meeting logistics for proposal submissions. A crucial aspect is the requirement for offerors to engage in a site visit for proper understanding and compliance, necessitating advance registration and adherence to security protocols. Overall, this document serves to communicate clear expectations and requirements to potential contractors, fostering a structured approach to the proposal submission process within the federal procurement framework.
    The document outlines a Request for Proposals (RFP) for non-recurring work focused on electric utility tree trimming and ground clearing services under a federal contract (N4008524R2861). The scope includes tree pruning, removal, and stump clearing to ensure safe clearance around utility lines, adhering to ANSI standards. The contractor is expected to restore damaged surfaces, remove debris promptly, and provide work schedules within specified timelines after receiving orders from FEDMALL. Various line item numbers (ELINs) are designated for specific tasks involving different tree caliper sizes and special pruning methods. The contractor must respond to emergencies within two hours and negotiate labor and equipment costs, ensuring comprehensive coverage of all associated expenses without additional reimbursements by the government. The systematic framework outlined in the RFP ensures a structured approach to tree management, safety compliance, and effective contractor performance, emphasizing the government's commitment to maintaining utility operations and public safety through environmental management.
    This document outlines the Service Provider Interface for managing work orders within the NAVFAC MAXIMO system. It specifies the data format (pipe-delimited) for submission, details each required and optional field, and includes information on the validation of values against reference spreadsheets. Key fields in the submission include Work Type, Description, Location, Status, Priority, Labor Hours, and Costs, among others, with clear requirements for data integrity. The document also highlights default values and specific notes for handling fields that may be null. Additionally, it emphasizes that submissions must conform to a defined structure—only including data-filled rows and maintaining the correct number of pipe delimiters. The purpose of this interface aligns with ensuring streamlined operations in federal contracting processes, particularly in work order management, by providing clear guidelines for data entry and file submission to enhance operational efficiency and compliance with organizational standards. Overall, this guides service providers in effective reporting and accountability within government projects.
    The document outlines a pre-solicitation notification for a Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Regional Utility Tree Trimming Services across several military installations in Virginia. The contractor will be responsible for a range of tasks, including grounds maintenance, tree trimming, vegetation removal, stump grinding, and herbicide application. The selection process will utilize a Lowest Price Technically Acceptable (LPTA) methodology, where proposals will be evaluated initially based on price, followed by a review of technical factors, including management approach, corporate experience, safety, and past performance. Offerors must demonstrate relevant experience totaling at least $500,000 within the last five years. The contract initially spans one year, with options for extension up to sixty-six months. Registration in the System for Award Management (SAM) is mandatory for all contractors. This contract is set to replace an existing one that expires on June 30, 2025. The RFP is anticipated to be available electronically around April 17, 2025, with proposals due approximately 30 days after posting on the SAM.gov website.
    The document outlines key regulations and procedures regarding management and administration for federal contracts, including definitions, wage determinations, and various forms pertinent to contract compliance and performance evaluation. It specifies the roles of the contracting officer and their representative while detailing responsibilities related to contractor assessments and reporting requirements. Notably, the document sets out wage determination rates for a range of occupational roles governed by the Service Contract Act, stipulating minimum wages based on federal executive orders and detailing benefits mandated for employees, including health and welfare provisions. The framework aims to ensure compliance, employee welfare, and systematic oversight of contracting processes, facilitating effective contract execution across government projects. This structure supports the overall aim of maintaining quality, safety, and regulatory adherence within federal, state, and local RFPs.
    The document outlines the requirements and guidelines for Grounds Maintenance and Landscaping services, emphasizing pest management and maintenance protocols. It includes definitions and acronyms relevant to the tasks, such as aeration, irrigation, and pruning, ensuring a shared understanding of terminology. The file features several attachments that detail site maps, technical references, and pest management practices. Specifically, it provides Pest Group Sheets which outline the control measures for various pests, alongside performance standards for response and maintenance times. The Planned Pesticide Use Sheets will be utilized to document pesticide application processes, ensuring that contractors follow regulatory standards. Additionally, there is an operations report format for tracking pesticide management activities. Historical data on tree trimming and removal tasks is included to guide performance expectations and insights into previous operations. This comprehensive approach reflects the document's purpose of ensuring effective landscaping and pest control management while adhering to federal regulations and best practices within governmental settings.
    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.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia. This initiative involves transferring ownership and operational responsibilities of the electric distribution utility system to a contractor, who will be accountable for maintenance, repairs, and providing reliable utility services to the government. The privatization is governed by 10 U.S.C. §2688 and aims to ensure continuous, adequate service while adhering to environmental compliance and operational standards. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with all inquiries directed to Contracting Officer Andrew Urben at andrew.urben@dla.mil or 445-737-9595. The contract is expected to span 50 years, with evaluation criteria emphasizing technical capability, past performance, and risk management.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Landscaping/Tree debris removal services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide landscaping and tree debris removal services at the Augusta VA Medical Center in Georgia. The primary objective of this procurement is to clear downed trees from various buildings and grounds, perform lawn maintenance tasks such as mowing, edging, and debris removal, all to be completed within 60 days of contract award. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is part of the VA's commitment to maintaining its facilities. Interested vendors must submit a capabilities statement and past performance information to Michael Barton at michael.barton@va.gov by 11:00 AM EST on December 11, 2025, as this sources sought notice is for market research purposes and does not guarantee a contract award.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Thimble Shoal Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Thimble Shoal Maintenance Dredging project in Hampton, Virginia. This procurement involves maintenance dredging services to ensure the operational efficiency and safety of dredging facilities, which are critical for navigation and environmental management in the area. The contract is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is expected to be awarded following a presolicitation notice. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or by phone at 757-201-7883, or Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil or 757-201-7132 for further details.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to issue a presolicitation for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Preventative Maintenance and Vessel Repair Services. This contract, which is a total small business set-aside, aims to streamline the procurement process for rapid repair and maintenance of the Norfolk District Floating Plant, which plays a critical role in ensuring safe navigation in federal channels and waterways. The contract will cover a range of services including underwater hull repairs, propulsion system maintenance, and other essential repairs, with a minimum guarantee task order amount of $2,500. Interested contractors must be registered in the DoD System for Award Management (SAM) and are encouraged to monitor SAM.gov for the anticipated Request for Proposal, expected around October 2025. For inquiries, potential offerors can contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at stormie.b.wicks@usace.army.mil.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.