SOLICITATION NOTICE
F -- F--George Washington Birthplace National Monument (GEWS) and Thomas Stone National
- Notice Date
- 7/29/2025 8:32:12 AM
- Notice Type
- Presolicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NER SERVICES MABO (43000) BOSTON MA 02108 USA
- ZIP Code
- 02108
- Solicitation Number
- 140P4225Q0047
- Response Due
- 8/7/2025 9:00:00 AM
- Archive Date
- 09/01/2026
- Point of Contact
- Hubbell, Eric, Phone: 4842697159
- E-Mail Address
-
eric_hubbell@nps.gov
(eric_hubbell@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Park Service at both the George Washington Birthplace National Monument (GEWA) and Thomas Stone National Historic Site (THST) has a one-time requirement for a contractor to provide tree maintenance services at both locations. The tree maintenance services include the removal and selective pruning of both hardwood and softwood trees within two parks, which may include storm damaged trees, at-risk tree, and/or other identified hazard trees. This requirement includes base items and optional items. The Contractor shall furnish all equipment and sufficient personnel for selected maintenance (i.e., chain saws, tools, proper personal protective equipment, equipment, etc.) and all related incidental work as in accordance with the unit specifications stated herein. No Government furnished property shall be provided. GENERAL: This is a NEW requirement. This is a PRE-SOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. No questions will be accepted about this pre-solicitation notice. All questions will be addressed after the solicitation is posted through official amendments. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued sometime after 7/7/2025. The entire solicitation package, including all attachments, will be available electronic through SAM.gov only. Paper copies of this solicitation ARE NOT AND WILL NOT be made available. Anyone wishing to participate in this proposed procurement must obtain their copy from SAM.gov. Copies will not be mailed from the Contracting Office. All amendments will be posted on SAM.gov. Contractors will be solely responsible for obtaining amendments from this site to update files. PROJECT SCOPE: The Contractor shall provide all material, labor, and equipment required to perform the work described herein according to the contract plans and specifications. The general scope of work includes: Tree Felling or Removal 1. All logs, branches, and debris from felled trees within a developed area shall be removed from the developed area. No logs or other parts of a tree at risk shall remain suspended above the ground. 2. Trees that cannot be felled due to proximity of the roadways, buildings, structures, utilities, and/or lack of an adequate felling area shall be topped and/or a section. 3. The Contractor is responsible for taking all precautions to ensure that the tree will fall where desired. If a tree cannot be felled safely in one piece, the tree shall be topped and/or section. 4. No later than the end of each workday, the contractor shall remove any piles of limbs, logs, chip and any debris generated by the crew. No piles will be allowed to remain at the work site overnight. Takedown of At-Risk or Storm Damaged Trees 1. All logs, branches, and debris from felled trees within a developed area shall be removed from the developed area. No logs or other parts of a tree at risk shall remain suspended above the ground. 2. The work to be performed under this section shall include pruning trees in accordance with the American National Standard for Arboricultural Operations Pruning, Repairing, Maintaining and Removing Trees and Cutting Brush � Safety Requirements � ANSI 3. Trees shall be pruned to maintain and/or improve health and structure and shall include each of the following pruning types: � Hazard Reduction: Shall consist of removing all visible hazards with potential for damage to property or personal injury. Removal shall include but is not limited to deadwood, heavy or weak horizontal branches, and weak crotches. Weak crotches are defined as split or rotted wood between two trunks of limbs that may break and fall during high wind. � Crown Cleaning: Shall consist of removing dead, dying, diseased, interfering, objectionable weakly attached, and low vigor branches. All dead wood greater than 2-feet in length shall be removed regardless of diameter. An occasional branch of up to one inch may remain within the main leaf area, which is not practical to remove. Climbing hooks shall not be worn for tree pruning. The contractor is required to flush cut stumps as stated below, but is not required to provide stump grinding/removal. PLACE OF PERFORMANCE: George Washington Birthplace National Monument (GEWA) and Thomas Stone National Historic Site (THST) PROCUREMENT TYPE: The Government anticipates awarding a single firm-fixed price contract award from the solicitation under FAR 12.207 (a). The Source Selection will be conducted under FAR Part 13 � Simplified Acquisition Procedures using FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process, as authorized by FAR 13.106-1 (a)(2)(v). SET-ASIDE: This acquisition will be a 100% Small Business Set-aside. Offers will only be accepted from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 561730 - Landscaping Services, and the small business size standard is $16.5. PERIOD OF PERFORMANCE: Work to be completed within 60 days after award. SITE VISIT: In accordance with FAR 52.237.1 � Site Visit, offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit is tentatively planned for a to be determined date between 8/11/2025 and 8/22/2025, more specific information will be provided in the solicitation. NOTE 1: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database shall cause your firm to be ineligible for the award and removed from consideration. NOTE 2: As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 2902, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/64d9613f67774d499911db47cc6f9647/view)
- Record
- SN07527875-F 20250731/250729230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |