EIE485 Tree Clearing, Stockpiling, and Forestry Mulching Services

SOL #: W911KB26RA015Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SN ENDIST ALASKA
ANCHORAGE, AK, 99506-0898, United States

Place of Performance

Place of performance not available

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Oct 8, 2025
2
Last Updated
Nov 18, 2025
3
Submission Deadline
Nov 13, 2025, 11:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

This is a solicitation notice for a total small business set aside design build Request for Proposal (RFP) to provide tree clearing, mulching, and related services within an area of approximately 44 acres on Eielson Air Force Base. The purpose of this clearing is to provide site access for a geotechnical site investigation. All trees and brush must be mulched into chips no larger than 3 foot long by 3 inches wide and spread within the project areas in piles no thicker than 6-inches tall. Stumps in all areas will be reduced or chipped to ground level (mineral soil). The Contractor can expect to encounter soft, boggy ground, standing water and/or snowpack, and steep slopes within the clearing areas where equipment access may be difficult. Existing vegetation is approximately 60% 4-8 in diameter trees, 30% 2-4 in diameter trees, and 10% greater than 8 in diameter trees. Coordination with the SHPO will be required to ensure project will not violate any laws or regulations. The performance period will be approximately 120 calendar days. The procurement will be conducted using source selection procedures and the award will be based on lowest price technically acceptable source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award.

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 6
Solicitation
Posted: Nov 18, 2025
View
Version 5
Solicitation
Posted: Nov 6, 2025
View
Version 4
Solicitation
Posted: Nov 6, 2025
View
Version 3
Solicitation
Posted: Oct 23, 2025
View
Version 2Viewing
Solicitation
Posted: Oct 23, 2025
Version 1
Pre-Solicitation
Posted: Oct 8, 2025
View