F--ND AUDUBON NWR - Hazardous Cottonwood Tree Removal
SOL #: 140FS226Q0044Award Notice
Overview
Buyer
Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 2
Falls Church, VA, 22041, United States
Place of Performance
Dunn Center, ND
NAICS
Landscaping Services (561730)
PSC
Tree Thinning Services (F014)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 23, 2026
2
Last Updated
Mar 12, 2026
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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting proposals for Hazardous Cottonwood Tree Removal services at Lake Ilo National Wildlife Refuge (NWR) in Dunn Center, ND. This is a Total Small Business Set-Aside for a firm-fixed-price contract. Quotes are due March 6, 2026, at 1:00 PM Central Standard Time.
Scope of Work
The objective is to remove five (5) large hazardous cottonwood trees and associated hanging limbs at Lake Ilo NWR. These trees pose a safety hazard and risk to historic property and infrastructure due to structural degradation. The scope includes:
- Utilizing controlled felling, sectional dismantling, or rigging techniques to protect adjacent structures.
- Cutting stumps to a maximum height of twelve (12) inches above ground.
- Removing all generated brush, limbs, logs, sawdust, and debris from the refuge for off-site disposal.
- Restoring disturbed areas to pre-work condition.
Contract Details & Requirements
- Contract Type: Firm-Fixed-Price.
- Period of Performance: Date of award through April 15, 2026.
- Set-Aside: Total Small Business (FAR 19.5).
- NAICS Code: 561730 (Landscaping Services) with a $9.5 million size standard.
- Wage Determination: Bidders must comply with Service Contract Act (SCA) Wage Determination No. 2015-5383, Revision 27, dated December 3, 2025. This includes specific minimum hourly wage rates, fringe benefits ($5.55 per hour for Health & Welfare), paid sick leave (EO 13706), and paid holidays for North Dakota counties.
- Technical Experience: Offerors must complete a "Technical Experience & References" form, providing details for up to three similar past projects for evaluation of past performance.
- Site Coordination: The contractor must coordinate the start date with the Site Manager, Corey Bittner, providing seven (7) calendar days advance notice.
- Operational Requirements: Equipment must be suitable for winter/early spring ground conditions, minimizing disturbance. Compliance with OSHA standards, provision of PPE, and maintaining a safe work perimeter are mandatory. The contractor must carry general liability and workers' compensation insurance and is liable for any damage to refuge property.
Submission & Evaluation
- Quotes Due: March 6, 2026, at 1:00 PM Central Standard Time.
- Submission Method: Email to dana_arnold@fws.gov as a single PDF file.
- Required Documents: Completed SF 1449, company information, and a signed SF 30 (if amendments were issued). Representations and certifications must be current in SAM.gov or provided.
- Evaluation Factors: Award will be based on a comparative assessment of Technical Approach, Technical Experience, Past Performance, and Price. The government will assess pricing completeness and reasonableness.
Contacts
- Contracting Specialist: Dana Arnold (dana_arnold@fws.gov, 703-468-8289)
- Site Manager: Corey Bittner (Corey_bittner@fws.gov, 701-442-5474)
People
Points of Contact
Arnold, DanaPRIMARY
Files
Versions
Version 2Viewing
Award Notice
Posted: Mar 12, 2026
Version 1
Solicitation
Posted: Feb 23, 2026