PRESOLICITATION: Tree Maintenance Services in Central and West, Texas
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.
PRESOLICITATION: Tree Maintenance Services in Central and West, Texas. Description THIS IS NOT A REQUEST FOR QUOTE /// GENERAL INFORMATION: This announcement is a competitive small business set aside, firm-fixed price, Small Business Set-Aside, procured in accordance with FAR Part 12, Commercial Items, and FAR Part 13 Simplified Acquisition Procedures to determine best value in accordance with the Comparative Analysis Procedures IAW FAR 13.106-2(b)(3) /// Please note this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before award. /// Project Scope: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform tree removal, trimming, dead or storm damaged tree removal, stump grinding, chipping, boundary fence line clearing, and services described herein, at the Three Rivers Regional Lakes of Central and West Texas. These services shall be utilized at Aquilla, Hord?s Creek, Navarro Mills, O.C. Fisher, Proctor, Waco and Whitney Lakes. The Contractor shall accomplish all operations in accordance with procedures and practices described in IAW EM 385-1-1. /// Period of Performance is a one 12-month base and three 12-month option periods. /// Anticipated Maximum Capacity: $2,800,000.00 /// To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/. No state level certifications will be accepted. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/. The use of the website requires prior registration at https://sam.gov/. Plans and specifications will not be made available at https://sam.gov/ at issuance of solicitation. It is the Offerors responsibility to monitor the https://sam.gov/ web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. /// Access: A ?SPRS Cyber Vendor User? role is required to enter Basic Assessment information. Step-by-step PIEE Access Instructions can be found here (copy and paste link into your browser) https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf. /// This solicitation and receipt of all proposals will be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. /// There are 10 general steps a vendor must follow in order to use PIEE application modules. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5. /// For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. /// The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://sam.gov/ Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://sam.gov/ website solicitation number W9126G26QA011. /// Solicitation posted on or about 12 November 2025 /// Current Contract - Incumbent: Forestry Services (CAGE: 89NZ0), Contract Capacity: $750,000.00, Contract Type: Firm-Fixed Price, Duration: Base plus three (3) option years, Total Task orders awarded: 11.