F--NCR-NAMA: Hazard Tree Removal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Quick Summary
The Department of the Interior, National Park Service is soliciting quotations for Hazard Tree Removal and Mitigation at the National Mall and Memorial Parks in Washington D.C. This Total Small Business Set-Aside opportunity involves the removal of 16 hazard trees and their associated stumps. Quotations are due by May 27, 2026.
Scope of Work
The contractor will be responsible for the controlled and safe removal of 16 identified hazard trees, disposal of all resulting debris off-site, and complete grinding of associated stumps and roots. Stump grinding must be 24 inches below grade, with all roots 1" diameter and larger ground, and all shavings removed. Stump holes must be backfilled with NAMA-approved topsoil that meets specific soil requirements, with a certificate from the provider. The contractor must coordinate utility markings and comply with ANSI and OSHA standards. An ISA Certified Arborist must be on-site during operations. Specific areas of operation include Ash Woods, West Basin Drive, and Independence Avenue.
Contract & Timeline
- Contract Type: Firm-fixed price commercial purchase order.
- Period of Performance: June 1, 2026, to August 17, 2026.
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 561730, $9.5 million size standard).
- Response Due: May 27, 2026, at 21:00:00Z.
- Published Date: April 27, 2026.
Submission & Evaluation
Quotations must be submitted via email to stephen_loftus@ios.doi.gov. Offerors must be registered in SAM with an active UEI. The quote package requires a completed checklist, signed SF1449, signed amendments, completed provisions, a two-page project narrative detailing SOW compliance, three prior project experiences (similar scope, past five years, with POCs), a price schedule, and contractor core data. Evaluation factors include Price, Project Narrative, and Prior Experience, with award made to the offeror providing the best value to the government. Payment requests will be processed through the U.S. Department of the Treasury's IPP System.
Additional Notes
Offerors are urged to inspect the site; any site visit information will be relayed via amendment on SAM.gov. All-Terrain Vehicles (ATVs) are prohibited, but Utility Terrain Vehicles (UTVs) are permitted. Wage Determination No. 2015-4281, Revision 35, applies to this acquisition.