Lower American River Plant Acquisition
ID: W9123825QA016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Nursery and Tree Production (111421)

PSC

NATURAL RESOURCES/CONSERVATION- SEEDLING PRODUCTION/TRANSPLANTING (F010)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the acquisition of 8,054 containerized mitigation plants as part of the Lower American River Plant Acquisition project in Rancho Cordova, California. The contractor will be responsible for sourcing, propagating, maintaining, and delivering various plant species, including Elderberry and Shaded Riparian Aquatic species, adhering to strict sustainability and quality standards. This initiative is crucial for enhancing local ecosystems and ensuring compliance with environmental guidelines. The total award amount for this contract is $3,250,000, with a quote due date extended to July 10, 2025, and all inquiries must be directed to Henry Barron at henry.d.barron@usace.army.mil by June 12, 2025.

    Files
    Title
    Posted
    The Performance Work Statement for the American River Common Features 2016 project outlines the acquisition of 8,054 containerized mitigation plants for the Lower American River Erosion Protection Project. The contractor is tasked with sourcing, propagating, maintaining, and delivering plants, mainly Elderberry associate plantings and Shaded Riparian Aquatic species, from Rossmoor Bar to the project site. Detailed specifications include plant requirements, growth standards, and acceptance criteria. Key objectives are to ensure that all plants are healthy, pest-free, correctly labeled, and sourced within a 45-mile radius, with any variances requiring prior approval. The contract emphasizes sustainability via EPA and USDA guidelines for biobased materials. Additionally, it mandates inspections and coordination with the Government's Contracting Officer's Representative (COR) during nursery operations, delivery, and post-delivery inspections. Finally, it stipulates strict payment procedures and outlines the contractor's quality control responsibilities, ensuring all plants meet the required health and growth standards. This document serves to guide the procurement and management processes for a critical environmental project aimed at enhancing local ecosystems.
    The document outlines a federal solicitation for a contract to acquire commercial products and services specifically designed for women-owned small businesses (WOSB), related to the Lower American River Plant Acquisition project. The contract involves the acquisition of 8,054 containerized mitigation plants, including maintenance requirements. Key details include the total award amount of USD 3,250,000, submission deadlines, and specific provisions regarding the delivery timeline, which spans from July 2025 to October 2027. Furthermore, the document includes numerous references to applicable Federal Acquisition Regulations and clauses that govern contract terms, indicating various stipulations such as the inclusion of economic considerations for small businesses and compliance with maintenance and safety standards. The government aims to engage small businesses, particularly those owned by women, to contribute to this environmental initiative while adhering to federal guidelines, thus fostering both economic and social objectives. This solicitation emphasizes certain compliance and operational standards essential for executing contracts tied to government initiatives, reflecting the overall aim of prioritizing small and disadvantaged businesses in federal projects.
    This document serves as an amendment to a federal solicitation, extending the due date for offers from July 1, 2025, to July 10, 2025. It lays out the process for acknowledging receipt of this amendment, emphasizing the need for acknowledgment to avoid the rejection of offers. Additionally, it highlights procedures for submitting changes to already submitted offers through various communication methods. The amendment includes sections specifying the nature of modifications to the contract, applicable authority, and pertinent information regarding the contracting officer and contractor. It reiterates that all conditions of the original solicitation remain unchanged unless explicitly modified by this amendment. This document reflects standard federal practices in managing solicitations and contracts within government procurement processes. Its clarity and structured approach are essential for maintaining compliance and ensuring that potential offerors are fully informed of changes affecting their submissions.
    The document outlines wage determinations under the Service Contract Act, specifically Wage Determination No. 2015-5631, with the latest revision on December 23, 2024. It indicates that contracts subject to this Act must adhere to minimum wage rates set by Executive Orders 14026 and 13658 based on the contract's effective date. For contracts post-January 30, 2022, the minimum wage is $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The document specifies wage rates for various occupations in California counties, outlining compensation for roles such as clerical positions, automotive service workers, and health occupations, among numerous others. It also details required fringe benefits, including health and welfare payments, vacation policies, and mandated paid sick leave under Executive Order 13706. Additionally, it delineates the process for requesting wage classification alignment for any unlisted job roles, emphasizing that job duties define applicable classifications rather than job titles. Essential also are the specifications for hazardous pay differentials for certain occupations and rules regarding uniform allowances. The document serves to ensure fair wages and benefits under government contracts, aligning with broader labor protections.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    USACE SPK DBB Construction - Englebright Dam and Lake HQ Building and Maintenance Shop ?Smartsville, California.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project at Englebright Dam and Lake in Smartsville, California. The project involves the construction of a new single-story, 5,000 square-foot Headquarters building and a 4,200 square-foot maintenance shop, which will support USACE administrative, ranger, and maintenance staff, along with the demolition of existing structures and various site improvements. The estimated construction cost ranges from $10 million to $25 million, with a contract award anticipated by March 2026 and a completion timeline of 720 calendar days from the Notice to Proceed. Interested contractors should contact Antonina Beal at antonina.beal@usace.army.mil or Rachel L. Kinney at Rachel.Kinney@usace.army.mil for further information and ensure registration in the PIEE and SAM systems prior to bid submission.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    DUTCH GAP AQUATIC ECOSYSTEM RESTORATION, ANTIOCH, LAKE COUNTY, ILLINOIS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Dutch Gap Aquatic Ecosystem Restoration project located in Antioch, Lake County, Illinois. This project aims to restore stream, riparian, wetland, and buffering plant communities over a 785-acre area to enhance habitats for migratory birds and local wildlife, while addressing the ecological impacts caused by intensive agriculture and invasive species. The anticipated contract, valued between $5 million and $10 million, is expected to be advertised in the fourth quarter of fiscal year 2025, with bids due in the first quarter of fiscal year 2026. Interested contractors must be registered in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals; inquiries should be directed to Ericka Hillard at ericka.d.hillard@usace.army.mil.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River Hopper Dredge Disposal Area project, specifically Project 24-2 located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of this material in designated restoration areas, adhering to specified dimensions outlined in the contract drawings. This dredging project is significant for maintaining navigational channels and environmental restoration, with a contract value estimated between $25 million and $100 million. The solicitation is expected to be issued around December 5, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further details.
    USACE SPK DB Construction DDJC CENTRALIZED GAS AND ELECTRIC METERING, Tracy, California
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential contract involving the design, furnishing, and installation of advanced electric and natural gas meters, along with a Centralized Utility Monitoring Station at the Defense Distribution Depot San Joaquin (DDJC) in Tracy, California. This project aims to enhance utility monitoring capabilities by implementing a system that exports meter data for effective usage tracking and equipment management. The estimated contract value ranges between $5 million and $10 million, with a potential solicitation expected around February 2026 and an anticipated award by July 2026. Interested firms are encouraged to submit capability statements by January 13, 2026, to the primary contact, Antonina Beal, at antonina.beal@usace.army.mil.