MN-SHERBURNE NWR - IDIQ SETUP-AGGREGATE
ID: 140FGA24R0020Type: Solicitation
2 AwardsMar 21, 2025
$4M$4,000,000
AwardeeGREEN DREAM INTERNATIONAL LLC 32 W 8TH ST STE 607 ERIE PA 16501 USA
Award #:140FGA25D0003
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Crushed and Broken Limestone Mining and Quarrying (212312)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)
Timeline
    Description

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply and delivery of aggregate materials to the Sherburne and Crane Meadows National Wildlife Refuges in Minnesota. The procurement involves various washed and gravel products, including granite materials, with a total ceiling amount of $2,000,000 over a five-year period, from December 2024 to December 2029. These materials are essential for public works and infrastructure projects within the refuges, ensuring the maintenance and operational efficiency of these vital ecological areas. Interested suppliers should contact Ian Young at ian_a_young@fws.gov or call 612-713-5214 for further details and to submit their proposals by the specified deadlines.

    Point(s) of Contact
    Young, Ian
    (612) 713-5214
    (303) 969-7281
    ian_a_young@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service plans to award one or two Firm Fixed Price IDIQ contracts for the supply and delivery of various aggregate products to the Sherburne Crane Meadows National Wildlife Refuge. The upcoming solicitation, governed by FAR part 13, will primarily evaluate offers based on price, technical merit, and proximity to the refuge. Registered contractors will compete for this full and open requirement, with an anticipated posting date of August 9, 2024, on federal online portals. The focus is on awarding contracts to the best-value offerors, with attention to cost, technical expertise, and convenient location. The Statement of Work and other crucial solicitation details will be provided upon official release. Interested parties must register in the System for Award Management to participate, with payments processed electronically using SAM registration data. Ian Young and William Strong are the designated points of contact for this procurement process, emphasizing written communication over verbal inquiries. Key dates and evaluation criteria will be included in the official solicitation documents.
    The document outlines a request for proposals (RFP) related to the supply of various washed and gravel products, granite materials, and miscellaneous resources for government projects. It specifies estimated minimum and maximum quantities for several product categories, including different types of washed rock, sewer sand, various grades of gravel, clean sand, and crushed concrete. The delivery charges for these materials are detailed across multiple years, ranging from December 2023 to December 2028, with provisions for both ton and yard measurements. The purpose of this RFP is to invite suppliers to submit pricing for the outlined materials necessary for public works and infrastructure projects. Specific attention is given to pricing schedules, emphasizing the need for detailed and competitive bids to ensure fiscal responsibility in government contracts. This document serves as a framework for potential suppliers in understanding the scope of the project requirements as well as the delivery timelines expected for each product type, ultimately aiming to facilitate a streamlined procurement process for state and local government initiatives.
    The government document outlines the Statement of Work for the acquisition of aggregate products for the Sherburne and Crane Meadows National Wildlife Refuges. It indicates that the contractor will supply various washed, gravel, and granite products to be delivered or available for pickup within a 50-mile radius of Princeton, MN, from December 2024 through December 2029. The contractor is responsible for all aspects including tools, equipment, materials, transportation, and supervision for delivery. Orders are to be placed by USFWS employees who will specify details such as quantities and delivery schedules. The selection of the contractor will be based on the lowest quote received. Additionally, the document identifies key personnel responsible for the project, highlighting their contact information for coordination and quality assurance. The overall goal is to ensure efficient delivery and maintenance of aggregate supplies crucial for the refuges' operations. This RFP illustrates the federal government's emphasis on competitive procurement practices and adherence to environmental management standards within wildlife refuge maintenance.
    The document outlines the requirements for submitting past performance information and references as part of federal and state/local RFP processes. Offerors must provide at least two but no more than three references who have in-depth knowledge of their performance during the majority of the contract period. These references will be crucial for assessing the offeror's compliance with contract requirements and the overall quality of their performance. The offeror is tasked with distributing a past performance questionnaire to these references, who must complete it and return it directly to the offeror for compilation with the proposal. The questionnaire assesses various performance elements including quality of service, cost control, timeliness, and business relations, rated on a scale from 0 (Unsatisfactory) to 5 (Outstanding). This document is integral to ensuring that past performance is rigorously evaluated, thereby facilitating informed decisions in awarded contracts within the governmental procurement framework.
    The solicitation number 140FGA24R0013 is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for aggregate supply services primarily serving the Sherburne and Crane Meadows National Wildlife Refuges in Minnesota. The contract entails the provision of washed aggregate products, gravel products, and miscellaneous aggregates, with a total ceiling amount of $2,000,000. It has a five-year duration and a minimum guarantee of $10,000, allowing for flexible delivery orders within specified limits. The primary service involves the delivery and pickup of various aggregate materials within a 50-mile radius of Princeton, MN. Contractors are expected to handle logistic details, including pricing and schedules, with payments processed electronically using the U.S. Department of the Treasury's Invoice Processing Platform. The contract stipulates strict operational guidelines, including compliance with numerous federal laws and regulations, particularly in terms of labor standards and environmental considerations. It emphasizes the importance of communication between the Government and contractors to ensure timely fulfillment and quality of service while maintaining detailed compliance records. Overall, it reflects the government's strategic approach to managing aggregate supply contracts in federal contracting processes.
    The document serves as a Request for Proposal (RFP) from the federal government for the supply and delivery of various aggregate products over a five-year period, from December 15, 2024, to December 14, 2029. It outlines the contract details, including identification codes, due dates, delivery locations, and contact information for both the offering party and government representative. Specifically, the RFP encompasses a range of products such as washed rock, sand, gravel, and crushed concrete, with specified quantities and types listed. There is an indication of the solicitation's administration, and it notes that the acquisition is open to small businesses, particularly those owned by service-disabled veterans, women, and economically disadvantaged individuals. Furthermore, it emphasizes adherence to the federal acquisition regulations incorporated within the solicitation. Overall, the document reflects the government's commitment to sourcing from small businesses while adhering to regulatory frameworks, showcasing a structured solicitation process aimed at acquiring essential aggregate materials for upcoming projects.
    Similar Opportunities
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    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.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    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.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.