ND AUDUBON NWR - Hazardous Cottonwood 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 U.S. Fish and Wildlife Service is soliciting proposals for Hazardous Cottonwood Tree Removal services at the Lake Ilo National Wildlife Refuge (NWR) in Dunn Center, ND. This Solicitation is for a firm-fixed-price contract to address safety hazards posed by structurally degraded trees. Proposals 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. This is necessary due to their proximity to historic property and infrastructure, posing a safety risk. Key tasks include:
- Utilizing controlled felling, sectional dismantling, or rigging 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 & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: From date of award through April 15, 2026.
- Delivery Date: April 15, 2026.
- Place of Performance: Lake Ilo NWR, approximately 1 mile west of Dunn Center, ND.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561730 (Landscaping Services) with a $9.5 million size standard.
- Response Due: March 6, 2026, at 1:00 PM Central Standard Time.
- Published Date: February 23, 2026.
Submission & Evaluation
Proposals must be emailed to dana_arnold@fws.gov as a single PDF file. Evaluation will be based on a comparative assessment of:
- Technical Approach
- Technical Experience (requires completing the "Technical Experience & References" form with up to three similar projects)
- Past Performance (references may be contacted)
- Price (completeness and reasonableness will be assessed)
Offerors must provide a 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.
Special Requirements & Compliance
- Contractor must coordinate start date with the Site Manager (Corey Bittner) and provide seven (7) calendar days advance notice.
- Equipment must be suitable for winter/early spring ground conditions, minimizing disturbance.
- Compliance with OSHA standards, provision of PPE, and maintenance of a safe work perimeter are mandatory.
- Contractor must carry general liability insurance and workers' compensation.
- The Service Contract Act (SCA) Wage Determination No. 2015-5383, Revision 27, applies, outlining minimum wage rates and fringe benefits for relevant occupations in North Dakota. Bidders must ensure their pricing reflects these mandated rates.