Skip to main content

An official website of the United States government

You have 2 new alerts

ALB Tree Removal South Carolina

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Dec 22, 2021 04:45 pm CST
  • Original Published Date: Dec 17, 2021 11:17 am CST
  • Updated Response Date: Dec 23, 2021 12:00 pm CST
  • Original Response Date: Dec 23, 2021 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    USA

Description

U.S. Department of Agriculture (USDA) Animal and Plant Health Inspection Service (APHIS), in cooperation with Clemson Department of Plant Industry (DPI), is seeking capability statements from all firms interested in performing tree removal services as well as restoration work and deregulate (chip/grind) woody debris resultant from tree removal operations in support of eradication of Asian longhorned beetle (ALB) from Hollywood, Charleston County, South Carolina. The goal of the South Carolina ALB Program is to eradicate ALB from all known infested areas and to prevent the spread of the insect to uninfested areas through the survey and removal of infested and high risk host trees. This requirement will cover tree removal services in the various housing developments within the infested area. Work performed on public and private properties will require that the Contractor meet with the property owner or other approved point of contact to discuss the removal operations prior to starting the work.

Work will involve, but is not limited to, providing all personnel, labor, supervision, supplies, equipment, and materials required to remove ALB infested and/or high-risk host trees, the stump grinding of all landscaped removed trees, the stump grinding of woodlot trees, the application of approved herbicide on stumps, the disposal of all removed trees and woody debris, and the restoration of properties where removal work has been completed. Tree removal activities will be completed on public and/or private property in both landscaped/maintained settings and non-maintained areas. The Contractor will be required to service multiple sites simultaneously and must have the capacity to expand to 10 crews for removal of up to approximately 600 trees per week. Contractor personnel must include a full time arborist with current certification from the International Society of Arboriculture (ISA) or equivalent organization.

Deregulation of woody debris must be performed same day at the removal site. If Contractor cannot deregulate woody debris at the removal site, the Contractor shall have an agreement in place with a vendor that is capable of deregulating woody debris resultant from ALB program tree removals. All material taken to the deregulation vendor must meet deregulation requirements within 48 hours.  Deregulation of woody debris is achieved when material is ground/chipped down to pieces no larger than 1 inch in two dimensions, or via incineration. Alternative deregulation methods may be considered if supported by scientific evidence and approved by the USDA and Clemson DPI. It is the Contractor’s responsibility to ensure that all woody debris is deregulated at the worksite via onsite chipping or disposed of at the approved deregulation vendor within a reasonable distance from the Removal Site.
 

The equipment necessary to perform the work may include, but is not limited to: chainsaws, bucket truck, wood chipper, swamp mats/plywood, skid steer, crane, tub grinder, horizontal chippers/grinders (up to 15” diameter capacity), incinerator, bucket/grapple trucks, chainsaws sufficient for any size tree, and transport equipment (e.g., tractor trailer 18 wheeled for hauling, or dump trucks, grapple skidder, forwarded, clam bunk).
 

The contract will require a performance bond (Standard Form 25) in the penal amount of $500,000.00 prior to commencement of work. The solicitation will be issued as unrestricted allowing both small and large businesses to compete. Large Businesses contractors will be required to comply with requirements of clause 52.219‐8 "Utilization of Small Business Concerns," 52.219‐9 "Small Business Subcontracting Plan", and FAR 19.704.

Additional information about the USDA APHIS ALB Program and other Plant Pest and Disease Programs is available online at www.aphis.usda.gov.

The solicitation will be posted before the end of December 2021.

Contact Information

Contracting Office Address

  • 250 MARQUETTE AVENUE SUITE 410
  • MINNEAPOLIS , MN 55401
  • USA

Primary Point of Contact

Secondary Point of Contact





History