Opportunity
SAM #FA309926Q0011
Tree Trimming and Removal Services BPA at Laughlin Air Force Base, TX
Buyer
47th Flying Training Squadron
Posted
May 14, 2026
Respond By
May 20, 2026
Identifier
FA309926Q0011
NAICS
561730, 115310
This opportunity seeks qualified small businesses to provide comprehensive tree trimming and removal services at Laughlin Air Force Base (AFB), Texas, under a Blanket Purchase Agreement (BPA): - Government Buyer: - U.S. Air Force, 47th Contracting Squadron and 47th Civil Engineering Squadron at Laughlin AFB - Scope of Services: - Removal and trimming of small, medium, and large trees and palm trees, with specific size categories - Coverage includes up to 2,000 trees, palms, yuccas, shrubs, or plants - Services include stump grinding, site restoration, damage repair, daily cleanup, and off-base debris disposal - Minimum order of five trees per call - Prioritization for base events may be required with advance notice - Product/Service Line Items: - Remove and restore site for trees and palm trees by size (various part numbers: 0001–0009) - Trimming services for trees and palm trees by size (various part numbers: 0010–0012) - General tree and palm removal and trimming (up to 2,000 units) - Unique/Notable Requirements: - Compliance with OSHA, ANSI Z133, and EM 385-1-1 safety standards, as well as environmental laws - Detailed cleanup and off-base disposal plan required - Price list to be updated annually - Evaluation based on Lowest Price Technically Acceptable (LPTA) - No specific OEMs or proprietary equipment are referenced; this is a service-based procurement - All work to be performed at Laughlin AFB, TX, with a five-year period of performance
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with RFO part 12. This announcement constitutes only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number FA3099-26-Q-0011 is issued as a Request for Quote (RFQ)
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
This acquisition is set-aside 100% for small business and will utilize the North American Industry Classification System (NAICS) code 561730 and a PSC of S208 (Size Standard: $9.5M). All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov. Lack of SAM registration may make an offeror ineligible for award. The Unit Small Business Specialist is Mr. Jesus A. Perez, at 830- 298-5641; link to USAF Small Business, http://www.airforcesmallbiz.af.mil ; link to SBA, http://sba.gov.
The 47th Contracting Squadron at Laughlin AFB, TX, is seeking to acquire Tree Trimming and Removal services for Laughlin AFB in accordance with the attached Statement of Work (SOW).
Any interested offeror shall provide their company information (see below), and quotation(s) for the items located on Page 7.
Company Information:
Per RFO 52.204-7(b)(1), the offeror must provide the following: Company Name:
Address:
Unique Entity Identifier (UEI):
Commercial and Government Entity (CAGE):
Place of Delivery, Shipping, and Dates:
Laughlin AFB, TX, 78843. Performance will be completed when requested between 26 May 2026 – 25 May 2031. Exact street address and contact information will be provided to the successful offeror. All deliveries must be Free on Board (FOB) Destination, i.e., the seller provides the services on seller’s conveyance to the destination and is responsible for the cost of shipping and risk of loss.
Additional Information:
The Government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:” Offeror shall list exception(s) and rationale for the exception(s). Quotes are due and shall be received not later than 4:30 P.M. Central Standard Time on 20 May 2026 to the Points-of-Contact (POC) identified below, via email only. Faxed or mailed submissions will not be accepted. Late submission shall be treated in accordance with the solicitation provision at RFO 52.212-1. Any questions or concerns regarding this solicitation shall be sent via email to the POC’s below.
Addendum to 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023) Offers will be evaluated using the Lowest Price Technically Acceptable (LPTA). Evaluation shall consist of the selection of a technically acceptable quote with the lowest price. The Government expects to award one (1) Firm Fixed Price contract as a result of this solicitation. The Government reserves the right to award without discussions or make no award should no vendor prove to be an acceptable offeror based on the criteria set forth in the solicitation. The Government will make an award to the contractor responsible whose offer conforms to the solicitation and is determined to be the most advantageous to the Government considering Price and Technical Capability factors. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
Evaluation
Price: Quoter's are required to provide a quote on company letterhead which must provide the following information, a breakdown of cost for the vehicles listed in Statement of Work, an overall cost for the total as listed under the CLINs section of this document, Unit Prices, and Total Prices. The government intends to award based on initial responses, therefore, you are encouraged to offer your most advantageous pricing to include discounts, in the initial response. Technical Specifications: Quotations must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The quotation shall demonstrate the contractor’s ability to successfully perform the services identified in the Statement of Work (SOW) and CLIN structure. Specifically, the contractor must submit a detailed Cleanup and Disposal Plan demonstrating how they will manage daily site clean-up and ensure the proper off-base disposal of all trees, branches, and associated debris. The quotation submittal shall be clear, concise, and include sufficient detail for effective evaluation and for the substantiation of the validity of stated claims.
Amendments (if applicable) – Vendors shall acknowledge all amendments in writing with the quotation submittal.
The RFO provisions 52.212-2, Evaluation – Commercial Items, applies to this acquisition. Reference the addenda statements below to this provision.
If three (3) or fewer quotes are received, the government will evaluate all quotes for technical acceptability. If more than three (3) quotes are received, the government will then evaluate the three (3) lowest priced quotes for Technical Acceptability. However, the government reserves the right to evaluate additional quotes for technical acceptability. If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of increasing total price, when the agency determines that none of the initial three (3) lowest priced quotes are qualified as acceptable. The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ.
Best Value will be based on a Lowest Priced Technically Acceptable (LPTA) approach. For this RFQ, best value means a single purchase order shall be made to the responsible contractor whose products are technically acceptable and quotes the lowest total evaluated price. The following two (2) factors shall be used to evaluate quote(s):
Technical and Price
a) Technical – The technical response shall demonstrate compliance with providing and delivering the Tree Trimming and Removal Service BPA, as specified in the Statement of Work and CLINs section of this document. The technical factor shall be rated acceptable or unacceptable as follows:
Adjectival Rating
Description
Acceptable: Quote provides sufficient information to demonstrate ability to provide and deliver the required service in the CLIN section of this document
Unacceptable: Quote does not provide sufficient information to demonstrate ability to provide and deliver the required service in the CLIN section of this document.
b) Total Evaluated Price – Vendors will be ranked from lowest to highest based on initial assessment of total evaluated price.