Tree Removal Services IDIQ

SOL #: W9124C26RA001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT JACKSON
COLUMBIA, SC, 29207-5490, United States

Place of Performance

Columbia, SC

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Apr 17, 2026
3
Submission Deadline
Feb 26, 2026, 6:00 PM

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 Army, MICC-Fort Jackson, is soliciting proposals for Tree Removal Services at Fort Jackson, SC. This requirement is for a Firm Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide non-personal services for tree cutting, trimming, and removal. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due Thursday, February 26, 2026, by 1:00 PM.

Scope of Work

The contractor will provide all personnel, equipment, and supplies necessary for tree removal, stump grinding, tree trimming/pruning, and debris removal/cleanup. Services include cutting down identified trees, grinding stumps 4-6 inches below ground level, and trimming/pruning using the "drop crotch" method. All removed trees and organic debris must be transported to a properly licensed and approved off-post facility. Routine service calls require a 24-hour response.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ)
  • Period of Performance: One base year (March 15, 2026 – March 14, 2027) and four one-year option periods, extending through March 14, 2031.
  • NAICS Code: 561730 Landscaping Services, with a $9.5M size standard.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • Estimated CLINs: Includes tree removal by various DBH ranges (10" and below, 10.1"-18", 18.1"-26", 26.1"-32", 32.1" and above), stump grinding, and tree trimming/pruning by the hour. Quantities are estimates for pricing purposes.

Submission & Evaluation

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Proposals must consist of four volumes: General, Technical Approach (including Capabilities Statement), Past Performance, and Cost/Price.

  • Technical Factor: Evaluated on an Acceptable/Unacceptable basis, assessing technical experience (demonstrating tree cutting/removal as part of business for 3 years, listing up to 5 relevant contracts) and technical capability (existing capability, licenses, certifications, sufficient equipment/personnel).
  • Past Performance: Evaluated on an Acceptable/Unacceptable/Neutral basis.
  • Cost/Price: Evaluated for reasonableness, including all option periods and half of the fourth option year for evaluation purposes. Traffic control costs must be included in all CLIN pricing.

Special Requirements & Notes

  • Safety & Quality: Contractor must develop a Quality Control Plan (within 30 days of award) and a Safety Plan/Job Hazard Analysis (within 10 days of commencement), complying with AR 385-10, ANSI Standard Z-133.1, and EM 385-1-1.
  • Personnel & Access: Employees require base background checks, contractor cards, Antiterrorism Level 1, and iWATCH training. Key personnel (Contract Manager and alternate) must be designated.
  • Environmental: Adherence to environmental considerations, including protection of Red-cockaded Woodpecker habitat, migratory bird nesting seasons (August-March), soil disturbance reseeding, and proper off-post disposal of yard waste with documentation. Hazardous substances must be managed per regulations.
  • Insurance: Specific minimum insurance requirements apply, including Workmen's Compensation, Employer's Liability ($100k), Comprehensive General Liability ($500k BI), Comprehensive Automobile Liability ($200k/$500k BI, $20k PD), and Medical Liability ($1M/$3M).
  • Proposal Due: Thursday, February 26, 2026, by 1:00 PM EST.
  • Contacts: Jonathan Chatman (Contract Specialist) at jonathan.f.chatman.civ@army.mil and Jason Fronden (Contracting Officer) at jason.m.fronden.civ@army.mil.
  • SAM.gov: Offerors must be registered in SAM.gov.

People

Points of Contact

Jason FrondenPRIMARY
Jonathan ChatmanSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Apr 17, 2026
Version 3
Solicitation
Posted: Feb 23, 2026
View
Version 2
Solicitation
Posted: Jan 30, 2026
View
Version 1
Solicitation
Posted: Jan 23, 2026
View
Tree Removal Services IDIQ | GovScope