Pool 5 Rolling Prairie Restoration
ID: W912ES25QA021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Landscaping Services (561730)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WETLANDS CONSERVATION AND SUPPORT (F113)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the Pool 5 Rolling Prairie Restoration project in Kellogg, Minnesota. This service contract involves the restoration of approximately 71.4 acres of agricultural land into prairie and wetland, requiring qualified labor, equipment, and materials for safe implementation. The project aligns with broader environmental conservation goals and is part of ongoing efforts to enhance ecological health in the region. Interested small businesses can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further details, with the contract set aside for total small business participation under FAR 19.5.

    Files
    Title
    Posted
    The document outlines the spatial reference and geographical context for the Rolling Prairie Restoration project. It centers around parcels within the Dakota County area, specifically detailing locations along the Mississippi National River and Recreation Area. Key institutions involved include the County of Dakota, the Metropolitan Council, and various geographic data contributors such as Esri and USGS. The aim appears to be the restoration of a specific ecological habitat, utilizing GIS data to map the area accurately. This mapping effort aligns with federal, state, and local RFPs and grants focused on environmental restoration and land management, indicating a structured approach to facilitating ecological health within the designated zone. The provided map and geographic data serve as a foundational tool for ensuring transparency and guiding conservation efforts in the region.
    The document outlines a mapping and restoration initiative within the Mississippi National River and Recreation Area, specifically related to the Rolling Prairie Management Areas. It includes spatial references and coordinates for the area, emphasizing established wetlands and wetland/wet prairie restoration areas. Key features such as bareroot planting locations, a rerouting of Gormon Creek, and access routes are also indicated. The data is sourced from a variety of reputable organizations, including the Dakota County and federal agencies, reflecting collaboration across government and private entities. This mapping effort is part of broader conservation and management strategies aimed at preserving natural resources and enhancing ecological restoration. The initiative highlights the importance of comprehensive mapping and planning for maintaining sustainable environments within designated recreational areas. Overall, the document serves as a critical component in guiding future environmental stewardship efforts in the region.
    The document outlines the spatial mapping and environmental restoration areas around the Mississippi National River and Recreation Area, focusing on a specific region near Dakota County and Buffalo County in Wisconsin. It provides a detailed map that includes key geographic markers such as the Mississippi River, various streets, and landmarks, alongside established wetlands and restoration sites for wet prairies. The document indicates collaborative data sources, including federal and local agencies such as USGS, EPA, and USDA, emphasizing the project’s alignment with environmental and conservation goals. Overall, it serves as a foundational resource for planning and executing wetland and habitat restoration initiatives within the specified area, positioning it within broader environmental management and grant eligibility contexts for federal and state funding. This initiative is significant for local ecological health and resource management.
    The Post-Application Documentation Form for the Pest Control Program, managed by the U.S. Army Corps of Engineers, St. Paul District, serves to document key details following pesticide applications. This form collects essential information, including the application date, contractor and applicator details, pest target, environmental conditions during application, description of the treated area, and specific pesticide information. Critical components of the pesticide data include trade name, active ingredients, EPA registration, and application rates. It also includes disposal information, outlining the disposal method and location, along with any additional remarks. This form aims to ensure regulatory compliance and detailed record-keeping necessary for federal pest control efforts, reflecting the structured documentation requirements typical in government contracts and grants. Overall, the form plays a vital role in maintaining safety, environmental standards, and accountability in pesticide usage within government-managed properties.
    The document outlines the Wage Determination No. 2015-4951 under the Service Contract Act (SCA) enforced by the U.S. Department of Labor. It establishes minimum wage standards for contractors operating in Minnesota's Dodge, Fillmore, Olmsted, and Wabasha counties, requiring compliance with either Executive Order 14026 or 13658. Contracts initiated after January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 2015 and January 2022 must provide at least $13.30 per hour unless a higher rate applies. The document enumerates wages for various job classifications, along with required fringe benefits like health and welfare, vacation, and holidays. It emphasizes additional protections for employees, such as paid sick leave as per Executive Order 13706, and details the conformance process for unlisted job classifications. Overall, the file serves as a guide for federal contractors to understand their wage obligations and employee rights under the SCA, ensuring compliance with federal labor regulations in service contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    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.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Coastwide Beach and Dune Ecosystem Restoration, Hancock County, MS
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Coastwide Beach and Dune Ecosystem Restoration project in Hancock County, Mississippi. This project involves the construction of a 150-foot-wide beach berm along approximately 5 miles of the mainland coast, aimed at enhancing coastal resilience and mitigating storm-related impacts. The work will require sourcing and transporting an estimated 300,000 cubic yards of sand to complete the berm construction, which will extend seaward from the existing seawall. Interested small businesses should contact Terri Adams at terri.m.adams@usace.army.mil or 251-441-6500, or Elizabeth Trimble at elizabeth.m.trimble@usace.army.mil or 251-690-3329 for further details.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    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.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.