Opportunity
SAM #SS_1168443
USDA APHIS Seeks Tree Removal and Debris Deregulation Services for ALB Eradication in South Carolina
Buyer
APHIS Marketing and Regulatory Programs Business Services
Posted
May 06, 2026
Respond By
May 20, 2026
Identifier
SS_1168443
NAICS
561730, 115310, 562910
USDA APHIS is seeking information from qualified firms for large-scale tree removal, restoration, and woody debris deregulation services to support Asian longhorned beetle (ALB) eradication in South Carolina. - Government Buyer: - U.S. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), MRPBS Minneapolis MN office - Products/Services Requested: - Removal of ALB-infested and high-risk host trees - Stump grinding and application of approved herbicide - Disposal and deregulation (chipping/grinding/incineration) of woody debris - Property restoration after tree removal - Provision of all necessary personnel, equipment, and materials - Key Requirements: - Contractor must provide a full-time arborist certified by the International Society of Arboriculture (ISA) or equivalent - Ability to scale up to 10 crews, removing up to 600 trees per week - Deregulation of woody debris must occur onsite or at an approved vendor within 48 hours; debris must be ground/chipped to no larger than 1 inch in two dimensions or incinerated - Equipment may include chainsaws, bucket trucks, wood chippers, cranes, grinders, incinerators, and transport vehicles - Simultaneous servicing of multiple sites required - $500,000 performance bond required - No specific OEMs or vendors are named in the opportunity - NAICS code: 561730 (Landscaping Services) - Anticipated contract type: Three-year firm-fixed-price IDIQ
Description
This is a Sources Sought notice as a means of conducting market research. U.S. Department of Agriculture (USDA) Animal and Plant Health Inspection Service (APHIS) is seeking capability statements from all firms interested in performing tree removal services, restoration work , and deregulating (chipping/grinding) woody debris resulting from tree removal operations. These activities will support of eradication of Asian longhorned beetle (ALB) from Hollywood, Charleston County, South Carolina. USDA APHIS is considering the use of a three-year firm-fixed-price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) type contract. The results of this market research will contribute to determining the appropriate method of procurement. The applicable NAICS code for the proposed project is 561730 with a small business size standard of $9.5 million. 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, marsh master, 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. Should the solicitation be issued as a small business set aside, the contractor must comply with clause 52.219-14 “Limitations of Subcontracting”.
Additional information about the USDA APHIS ALB Program and other Plant Pest and Disease Programs is available online at www.aphis.usda.gov.
------------------------------------------------------------------------------------------------- This notice does not constitute a solicitation. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice. All interested parties are invited to submit capability statements for acquisition planning purposes. The following outline is recommended (5-page limit):
1) Company name, address, and primary point of contact information
2) Recent and relevant past performance information. Include project name, description, dollar value, dates of performance, point of contact (name, title, phone, email). Indicate if the work was performed as a prime contractor or subcontractor.
3) Describe the equipment available to perform this project.
4) Describe the personnel and crew available to perform this project.
5) Provide your firm’s bonding level (aggregate).
6) SAM Unique Entity Identifier (UEI) and Business Ownership and Self‐Certification information (i.e. Small Business, Women‐Owned Small Business, Veteran Owned, Service-Disabled Veteran Owned, large business)
7) Current Government Certifications (i.e. 8(a) certified, 8(a) joint venture, Small Disadvantaged Business HUBZone Certified)
It is at the discretion of USDA to determine if a small business set-aside is appropriate based upon the capability information provided in response to this notice, and other pertinent information gathered by the contracting officer. Respondents should ensure the information provided is detailed, current, accurate, and complete.
Please submit capability statements by email to Latisha Hollman at latisha.a.hollman@usda.gov no later than May 20, 2026. Electronic responses are required. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.