REGIONAL ELECTRIC UTILITY TREE TRIMMING AND GROUND CLEANING SERVICES
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 Navy, NAVFACSYSCOM MID-ATLANTIC, has cancelled the solicitation (N4008524R2861) for Regional Electric Utility Tree Trimming and Ground Cleaning Services in its entirety via Amendment 0004, posted on March 10, 2026. The Government intends to resolicit this requirement in the near future.
Original Opportunity Context
This solicitation was originally issued as an 8(a) Set-Aside (FAR 19.8) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The services were intended for various Naval facilities within the Hampton Roads Area of Responsibility (AOR), including Norfolk Naval Shipyard, Portsmouth Naval Hospital, St. Julians Annex, Little Creek Naval Amphibious Base, Oceana Naval Air Station, Dam Neck Annex, Yorktown Weapons Station (Cheatham Annex), and sites within a 50-mile radius of these locations, primarily in Virginia Beach, VA.
Original Scope of Work
The scope included comprehensive grounds maintenance and landscaping services, specifically focusing on electric utility tree trimming and ground clearing. Key requirements detailed in the Performance Work Statement (PWS) included:
- Tree Maintenance and Removal: Trimming, removal, and stump/root removal.
- Ground Clearing: Cutting saplings, bushes, tall grass, and vine removal.
- Vegetation Control: Application of herbicides, requiring compliance with federal, state, and local regulations, and valid state licenses.
- Debris Removal: Proper disposal of all vegetation and debris.
- Special Requirements: Adherence to OSHA regulations for line clearance, specific equipment standards, Personal Protective Equipment (PPE) for applicators, and environmental considerations for water management and disposal of materials.
Original Contract Details
- Type: Facilities Support, Firm-Fixed Price, IDIQ with Non-Recurring Services.
- Term: Base Period plus four (4) Option Periods and one (1) 6-month Option Period, not to exceed 66 months total.
- Minimum Guarantee: $5,000.
- NAICS Code: 561730 (Landscaping Services) with a small business size standard of $9,500,000.
Original Submission & Evaluation
Proposals were originally due by June 17, 2025, and were to be submitted electronically via the PIEE Solicitation Module. Evaluation was based on a Lowest Priced, Technically Acceptable (LPTA) methodology, requiring an "ACCEPTABLE" rating in all non-price factors.
Cancellation & Future Action
All previous proposal deadlines and submission requirements are now nullified. Interested parties should monitor SAM.gov for a new solicitation for these services in the future. For inquiries, contact ASIA BRACEY at asia.c.bracey.civ@us.navy.mil or 757-341-1226.