Tree Removal Services IDIQ
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 Mission and Installation Contracting Command - Fort Jackson, SC (Department of the Army) is soliciting proposals for Tree Removal Services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This requirement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with a NAICS code of 561730 (Landscaping Services, $9.5M size standard). The contract will be a Firm Fixed-Price (FFP) IDIQ for services at Fort Jackson, SC. Proposals are due by Monday, February 23, 2026, at 02:00 PM EST.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and services necessary for tree removal, trimming/pruning, and stump grinding on Fort Jackson, SC. Services include:
- Cutting down identified trees of various Diameter at Breast Height (DBH) ranges (e.g., 10" DBH and below, up to 32.1" DBH and above).
- Stump grinding to 4-6 inches below ground level.
- Tree trimming/pruning using the "drop crotch" method, removing dead, diseased, broken, and crossing branches.
- Removal of all trees and organic debris to the Fort Jackson Mulch Site.
- Responding to routine service calls within 24 hours (Monday-Friday).
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: One (1) base year (March 15, 2026 - March 14, 2027) plus four (4) one-year option periods, extending through March 14, 2031.
- Place of Performance: Fort Jackson, SC 29207.
- Quantities: Listed quantities for CLINs are estimates for pricing purposes only and may vary.
- Special Requirements: Contractors must develop a Quality Control Program, comply with AR 385-10 and ANSI Z-133.1 safety standards, and submit a safety plan/Job Hazard Analysis. Personnel require base background checks, contractor cards, Antiterrorism Level 1 training, and iWATCH training. Specific minimum insurance requirements are detailed in an addendum to FAR clause 52.228-5. Traffic control costs must be included in all CLIN pricing.
Submission & Evaluation
- Questions Due: January 28, 2026, at 02:00 PM EST.
- Proposal Due: Monday, February 23, 2026, at 02:00 PM EST.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Proposal Structure: Four volumes: General, Technical Approach (including Capabilities Statement), Past Performance Information, and Cost/Price.
- Evaluation Factors:
- Factor 1 - Technical (Acceptable/Unacceptable): Assesses technical experience (minimum 3 years of tree cutting/removal, up to 5 relevant contracts) and technical capability (licenses, certifications, equipment, personnel).
- Factor 2 - Past Performance (Acceptable/Unacceptable/Neutral): Evaluates past performance record.
- Factor 3 - Cost/Price: Evaluated for reasonableness, including all option periods and 1/2 of the 4th option year for evaluation purposes.
- Submission: Proposals must be emailed to the Contract Specialist and Contracting Officer. SAM.gov registration is required for award.
Contact Information
- Contract Specialist: Jonathan Chatman (jonathan.f.chatman.civ@army.mil)
- Contracting Officer: Jason Fronden (jason.m.fronden.civ@army.mil)