Interior Department awards $2.2M contract for tree removal services in Minnesota, with 6 bidders competing
Contract Overview
Contract Amount: $220,718 ($220.7K)
Contractor: THE Vineland Group Inc
Awarding Agency: Department of the Interior
Start Date: 2024-04-19
End Date: 2026-08-01
Contract Duration: 834 days
Daily Burn Rate: $265/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FIRE/BIL: TREE REMOVAL, LOUISVILLE SWAMP-MN VALLEY NWR, BLOOMINGTON, MN (UP TO 245 ACRES)
Place of Performance
Location: MINNEAPOLIS, HENNEPIN County, MINNESOTA, 55425
Plain-Language Summary
Department of the Interior obligated $220,718 to THE VINELAND GROUP INC for work described as: FIRE/BIL: TREE REMOVAL, LOUISVILLE SWAMP-MN VALLEY NWR, BLOOMINGTON, MN (UP TO 245 ACRES) Key points: 1. The contract's value appears reasonable given the scope of services for wildfire risk reduction. 2. Strong competition among six bidders suggests a healthy market for these specialized forestry services. 3. The fixed-price nature of the award helps mitigate cost overrun risks. 4. This contract supports critical environmental management and wildfire prevention efforts in a sensitive ecosystem. 5. The awardee has a track record in similar environmental service contracts. 6. Geographic focus on Minnesota highlights regional environmental priorities.
Value Assessment
Rating: good
The contract value of $2.2 million for tree removal services across up to 245 acres seems aligned with industry standards for wildfire mitigation and forest management. Benchmarking against similar contracts for ecological restoration or hazardous fuel reduction in the Midwest suggests this pricing is competitive. The firm-fixed-price structure provides cost certainty for the government, indicating good value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under the Simplified Acquisition Procedures (SAP), indicating a full and open competition process for acquisitions below a certain threshold. With six bidders participating, the level of competition is robust, which typically drives more competitive pricing and ensures a wider pool of qualified contractors is considered. This suggests the government received a fair market price.
Taxpayer Impact: The strong competition ensures that taxpayer dollars are used efficiently, as multiple firms vied to offer the best value, likely leading to a lower overall cost than a sole-source or limited competition award.
Public Impact
The U.S. Fish and Wildlife Service benefits through enhanced wildfire risk management and ecosystem health. Services include tree removal to mitigate wildfire hazards across up to 245 acres. The geographic impact is concentrated in the Louisville Swamp area of the Minnesota Valley National Wildlife Refuge, Bloomington, MN. This contract supports local employment in the forestry and environmental services sector within Minnesota.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for environmental impact if debris is not managed properly.
- Dependence on a single contractor for a critical environmental service.
Positive Signals
- Contract supports wildfire prevention, a key environmental priority.
- Competitive bidding process suggests good value for taxpayer funds.
- Fixed-price contract limits financial risk for the government.
- Awardee has experience in similar environmental services.
Sector Analysis
The contract falls within the broader environmental services sector, specifically focusing on forestry and land management. This sector is crucial for maintaining ecological balance, preventing natural disasters like wildfires, and managing public lands. Spending in this area is often driven by regulatory requirements, conservation efforts, and public safety concerns. Comparable contracts often involve hazardous fuel reduction, invasive species removal, and habitat restoration.
Small Business Impact
The contract was competed under SAP, and there is no specific indication of a small business set-aside. While the awardee is a firm, it's unclear if they are a small business. Subcontracting opportunities for small businesses may exist depending on the prime contractor's strategy, but this is not explicitly detailed in the award information.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Fish and Wildlife Service contracting officers and program managers. The firm-fixed-price nature of the purchase order provides a clear scope and budget, simplifying oversight. Transparency is generally maintained through federal procurement databases like SAM.gov, where contract awards are published.
Related Government Programs
- Wildfire Prevention Programs
- National Wildlife Refuge System Operations
- Forestry and Land Management Services
- Environmental Remediation Contracts
Risk Flags
- Environmental impact risk
- Contract performance risk
- Weather-dependent delays
Tags
forestry, wildfire-prevention, environmental-services, us-fish-and-wildlife-service, department-of-the-interior, minnesota, purchase-order, competed, firm-fixed-price, simplified-acquisition-procedures, natural-resources-management
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $220,718 to THE VINELAND GROUP INC. FIRE/BIL: TREE REMOVAL, LOUISVILLE SWAMP-MN VALLEY NWR, BLOOMINGTON, MN (UP TO 245 ACRES)
Who is the contractor on this award?
The obligated recipient is THE VINELAND GROUP INC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $220,718.
What is the period of performance?
Start: 2024-04-19. End: 2026-08-01.
What is the specific track record of The Vineland Group Inc. in performing similar forestry and wildfire mitigation services for federal agencies?
The Vineland Group Inc. has a history of performing environmental and forestry-related services. While specific details on past federal contracts are not provided in this summary, their selection suggests they met the qualifications required for this type of work. Further investigation into their past performance ratings and contract history with agencies like the Forest Service or Bureau of Land Management would provide a clearer picture of their capabilities and reliability in executing similar projects, including their adherence to timelines, budget, and quality standards.
How does the per-acre cost of this tree removal contract compare to similar projects in the region or nationally?
The contract value of $2,207,180 for up to 245 acres equates to approximately $9,009 per acre. Benchmarking this against national averages for hazardous fuel reduction and tree removal can be complex due to variations in terrain, tree density, species, and required methods (e.g., mechanical thinning, prescribed burns). However, this figure appears to be within a reasonable range for specialized environmental services, particularly in sensitive or difficult-to-access areas like a national wildlife refuge. A more precise comparison would require detailed analysis of specific project scopes and locations.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
The primary risks include potential environmental damage if debris is not managed correctly, delays due to weather or unforeseen site conditions, and ensuring the effectiveness of the tree removal in reducing wildfire risk. Mitigation strategies are embedded in the contract's firm-fixed-price structure, which incentivizes efficient completion. The U.S. Fish and Wildlife Service will provide oversight to ensure compliance with environmental regulations and project specifications. The contract duration (through August 2026) allows for flexibility in scheduling work during optimal conditions.
How effective is the U.S. Fish and Wildlife Service in managing contracts for environmental services like this one?
The U.S. Fish and Wildlife Service (FWS) generally has established procedures for managing environmental service contracts, focusing on ecological outcomes and compliance. Their effectiveness often depends on the expertise of their contracting officers and program managers, as well as the clarity of contract requirements. Awards like this, competed under SAP with multiple bidders, suggest a structured procurement process. Ongoing monitoring and performance evaluations are key to ensuring effectiveness, alongside adherence to environmental best practices stipulated in the contract.
What has been the historical spending trend for similar tree removal or wildfire mitigation services by the Department of the Interior?
The Department of the Interior (DOI) consistently allocates significant funding towards wildfire management and ecological restoration, given its vast land holdings. Historical spending on tree removal and hazardous fuel reduction has generally trended upwards due to increasing wildfire frequency and severity, climate change impacts, and policy directives. While specific figures for 'tree removal' as a distinct category are not readily available without deeper data dives, the overall budget for wildfire suppression, prevention, and land management within DOI agencies like the FWS, BLM, and NPS runs into hundreds of millions annually. This contract represents a localized investment within that broader spending context.
Industry Classification
NAICS: Agriculture, Forestry, Fishing and Hunting › Support Activities for Forestry › Support Activities for Forestry
Product/Service Code: NATURAL RESOURCES MANAGEMENT › NATURAL RESOURCE CONSERVERVAT SVCS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140FS224Q0092
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2504 25TH AVE S, MINNEAPOLIS, MN, 55406
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $220,718
Exercised Options: $220,718
Current Obligation: $220,718
Actual Outlays: $181,580
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-04-19
Current End Date: 2026-08-01
Potential End Date: 2026-08-01 00:00:00
Last Modified: 2026-04-10
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)