ACEP-WRE Emergent Wetland Seeding for NRCS Illinois State Office (Clark County)
ID: 12FPC125Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-ACQ DIVWASHINGTON, DC, 20250, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST TREE PLANTING (F005)

Set Aside

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

    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking qualified small businesses to provide emergent wetland seeding services for the Natural Resources Conservation Service (NRCS) in Clark County, Illinois. The project involves site preparation and seeding across approximately 154 acres, utilizing certified native seeds and adhering to specific ecological guidelines to restore wetland areas. This initiative is part of the federal commitment to environmental conservation and biodiversity, with a firm-fixed-price Purchase Order awarded to the Lowest Price Technically Acceptable (LPTA) offeror. Quotes are due by April 15, 2025, and interested parties should direct inquiries to Ambrea Harris at Ambrea.Harris@usda.gov or Sharla Goforth at Sharla.Goforth@usda.gov.

    Point(s) of Contact
    Ms. Sharla Goforth
    Sharla.Goforth@usda.gov
    Files
    Title
    Posted
    The document outlines the specifications for the Clark County ACEP-WRE Emergent Wetland Seeding project managed by the Illinois State Office. It details mobilization and demobilization procedures for contractors, emphasizing transportation of personnel and equipment, site preparation, and adherence to pre-defined project requirements. The mobilization phase includes setting up necessary facilities and obtaining insurance, while the demobilization involves site cleanup and removal of contractor resources. The seeding operations involve preparing the seedbed, applying seed and amendments, and utilizing specific seed mixtures suitable for wetland conditions. The document stipulates strict guidelines on the quality and labeling of seeds and fertilizers, including their submission for analysis when required. Payment for the work is structured either through lump sum or unit pricing based on the items completed, with clear measurement protocols for payment. The main purpose of this document is to ensure compliance with environmental standards while promoting effective wetland restoration through federally funded initiatives. By establishing detailed guidelines, it aims to facilitate successful project execution aligned with ecological and regulatory mandates.
    The Clark County ACEP-WRE Emergent Wetland Seeding project seeks to mobilize contractor resources for wetland restoration in Illinois. The document outlines specifications for mobilization and demobilization, which includes transporting personnel and equipment, establishing necessary facilities, and cleaning up after project completion. Payment for these activities is contingent on presented invoices that itemize direct costs. Additionally, the document details the seeding, sprigging, and mulching process, stipulating that all materials must conform to state regulations and standards for purity and germination. Soil preparations, including seedbed conditioning to a firm surface and elimination of debris, are crucial for successful seeding or sprigging. The proper application of seeds, fertilizers, and mulching materials is emphasized, with clear guidelines on their subsequent maintenance phases to combat erosion and environmental factors. The specified mixture for seeding includes a variety of native grasses, forbs, and shrubs, each with its own recommended planting conditions, ensuring the restoration of diverse wetland habitats. As a whole, the project underscores the federal initiative's commitment to ecological restoration through careful planning and adherence to environmental standards.
    The Clark County ACEP-WRE Emergent Wetland Seeding project outlines specifications for mobilization, demobilization, and seeding activities necessary for effective wetland restoration. Mobilization involves transporting personnel, equipment, and materials to the work site, with specific considerations for costs related to general site facilities and cleanup after project completion. Demobilization entails the removal of personnel and materials once the project is finished. The seeding specification details the preparation of the site and includes the use of certified native seeds, fertilizers, and biodegradable materials while complying with state regulations. It emphasizes proper seedbed preparation, including smoothing and loosening the soil to ensure effective germination. Additionally, various native grasses, forbs, and shrubs are specified for planting, noting their sunlight and soil moisture requirements, application rates, and ecological benefits. The overall aim of the project is to restore wetland areas in Clark County, contributing to environmental sustainability and biodiversity. As part of federal grants and local RFPs, the document sets precise guidelines to ensure quality and compliance throughout the project's lifecycle.
    The document appears to outline a series of land parcels, including various acreages with specific geographic coordinates, likely related to potential federal or state RFPs and grants aimed at land usage or environmental assessments. It lists multiple locations with details such as the size of the parcels, indicating a variety of land types (e.g., emergent, edge, wet mix) alongside relevant coordinates. The accompanying maps feature detailed legends, which highlight easements and land usage, underlining the focus on environmental planning and management. The context implies the government’s interest in these parcels for development, conservation, or resource management purposes. The range of land condition types suggests a comprehensive assessment approach, suitable for potential stakeholders involved in land development or environmental restoration projects. This document serves as a preliminary cataloging of land resources applicable to governmental planning initiatives, facilitating further decision-making processes regarding grants and requests for proposals within environmental and public land projects.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, detailing wage and fringe benefit requirements for federally contracted forestry services in Illinois. Key aspects include wage rates set for various occupations, which range from $14.04 to $27.12 per hour, with some employees potentially eligible for higher minimum wages under Executive Orders 14026 and 13658. These orders establish a minimum wage of $17.75 for contracts after January 30, 2022, and $13.30 for prior contracts not extended. The document also addresses fringe benefits, including health & welfare provisions, vacation time, and paid holidays. Additionally, it outlines the conformance process for unlisted classifications in wage determinations, ensuring that appropriate rates and benefits are provided. Notably, Executive Order 13706 mandates paid sick leave for all contracts awarded after January 1, 2017. This comprehensive framework ensures adherence to labor laws while promoting fair compensation and working conditions for employees in service contracts across federal, state, and local levels.
    The Natural Resources Conservation Service (NRCS) Conservation Practice Standard 490 outlines procedures for site preparation aimed at enhancing the successful establishment of desired tree and shrub species. This practice is essential for managing soil and water conditions, mitigating pests and diseases, and overall promoting tree and shrub growth. Criteria for implementation include using mechanical or chemical methods for site alteration, ensuring proper scheduling prior to planting, and retaining woody debris for ecological benefits. Key considerations involve timing site preparation to protect wildlife habitats, evaluating soil conditions and compaction risks, and managing water issues in seasonal flooding. Additional specifications address risks associated with pests, sanitary measures regarding equipment to prevent invasive species spread, and the necessity of following relevant environmental regulations. The document emphasizes the importance of planning, with specifications and operational guidelines to ensure compliance with legal requirements and the effectiveness of the tree and shrub establishment process. It also highlights the ongoing maintenance requirements, including the management of regrowth of undesired plant species, promoting continuous adherence to best management practices for water quality. Overall, the NRCS advocates for meticulous preparation and monitoring to foster healthy ecosystems in forestry practices.
    The document outlines the details of a new contract for the Natural Resources Conservation Service (NRCS) regarding emergent wetland seeding in Clark County under Solicitation No. 12FPC125Q0023. The contract's performance period is set for 45 days upon receipt of the Purchase Order. Contractors will be responsible for site preparation and seeding, with options for hydroseeding or conventional methods, excluding fertilizer and mulch. Specific seed rates and potential alternative species are detailed in Attachment A. Quality control will be enforced through NRCS inspections at each site, ensuring compliance with specifications; adjustments to the timeline will be made if extreme weather affects operations. Additionally, instructions regarding landowner notifications and seeding types indicate a structured approach to land management initiatives, ensuring environmental goals are met while allowing flexibility for unforeseen circumstances. The purposeful design of this RFP exemplifies the federal commitment to effective land conservation practices.
    The document outlines a Request for Quote (RFQ) for the ACEP-WRE Emergent Wetland Seeding project in Clark County, Illinois, under solicitation number 12FPC125Q0023. It specifies that the government will award a firm-fixed-price Purchase Order to the Lowest Price Technically Acceptable (LPTA) offeror, prioritizing quotes from small businesses. The required tasks include mobilization, site preparation, and wetland seeding across multiple easements, amounting to 154 acres. Offerors must submit a technical narrative demonstrating their experience, a completed price schedule, and past performance information. Evaluation criteria will assess both technical merit and price realism to determine the best value for the government. The anticipated performance period is 45 days, and all proposals must comply with federal guidelines. Additionally, several attachments with specifications, location maps, wage rates, and conservation standards are provided for offerors to review. Quotes are due by April 15, 2025, with inquiries directed to specific government contacts. This solicitation reflects government efforts to promote environmental conservation through competitive contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    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.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services during the transition to a new competitively awarded contract, specifically for the Olympia Agile Release Train. The bridge contract, valued as a firm fixed-price task order, will be executed with TSPi for a base period of six weeks, from January 17, 2023, to February 27, 2023, replacing the expiring services under call order 12314421F0779. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or call 970-295-5694 for further details.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.