NRCS IL WRE Grass Planting MONTGOMERY, Tazewell County, IL
ID: 12FPC125Q0032Type: 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- OTHER (F099)
Timeline
    Description

    The Department of Agriculture, specifically the Farm Production and Conservation Business Center, is seeking qualified contractors for the NRCS Wetland Reserve Program (WRE) Grass Planting project in Montgomery and Tazewell County, Illinois. The project involves site preparation, purchase, and seeding of a native grass mix across 74 acres, with a performance period from November 17, 2025, to January 27, 2026, and seeding scheduled between November 15 and March 1. This initiative is crucial for enhancing soil health and supporting wildlife habitats, and it is set aside 100% for small businesses under NAICS code 115112. Interested contractors must submit their quotes by July 30, 2025, and can direct inquiries to Tamara Sawyer at tamara.sawyer@usda.gov or Oksana Strekha at oksana.strekha@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 0001 for solicitation number 12FPC125Q0032, pertaining to the NRCS Wetlands Reserve Program (WRE) Grass Planting project in Montgomery, Tazewell County, Illinois. The amendment addresses vendor inquiries from a site visit held on July 22, 2025, and provides clarifications regarding project requirements. Key points include no restrictions on brush pile sizes, the acceptability of mulching trees, and flexibility in contract dates to allow for better management of vegetation. Moreover, it states that if particular species from the seed mix are unavailable at the time of planting, the awarded contractor will work with the Contracting Officer's Representative (COR) to find suitable substitutes that meet specifications. The period of performance for the project is from November 17, 2025, to January 27, 2026. All other terms of the solicitation remain unchanged, emphasizing the importance of acknowledging this amendment for a valid offer submission.
    The USDA NRCS is seeking a contractor for the 2025 Wetland Reserve Program (WRE) Grass Planting project, which involves site preparation, purchase, and seeding of a native grass mix across 74 acres from November 15 to March 1. The work includes pre-planning and post-planning phases to ensure effective operations and site maintenance. Contractors must manage transportation of personnel and equipment, establish necessary facilities, and acquire liability insurance. Compliance with state laws regarding seed purity, germination standards, and the prevention of noxious weeds is mandatory. The contractor is responsible for preparing seedbeds, applying fertilizers and mulch, and ensuring uniform application of seeds. All work is subject to approval by the NRCS, with payment processed through the U.S. Treasury’s Invoice Processing Platform. The document outlines specific requirements for materials, performance standards, and the contractor’s accountability for quality and compliance throughout the project execution.
    This document outlines the specifications and requirements for a contract involving grass planting, site preparation, and habitat restoration in Tazewell County, Illinois, under the ACEP-WRE initiative. The main tasks include pre-planning and post-planning site activities, clearing and grubbing, as well as seeding, sprigging, and mulching. Pre-planning involves logistics for contractor operations, while post-planning includes site cleanup and restoration after project completion. The document emphasizes the importance of protecting existing vegetation, following regulations for material disposal, and ensuring the proper processing of invoices via the U.S. Department of the Treasury's Invoice Processing Platform. Specific guidelines detail operational procedures such as soil preparation, seed and fertilizer application rates, and maintenance protocols for established vegetation to support wildlife and enhance soil health. Additionally, it includes the use of native and introduced species to meet ecological goals, with detailed planting plans specified for various areas. The document serves as a technical guideline for contractors, ensuring environmental compliance and effective habitat restoration practices while adhering to federal and state regulations linked to conservation efforts in Illinois.
    The document provides a Wage Determination for the Service Contract Act (WD # 2015-5027) applicable in Illinois, specifically for counties including Marshall, Peoria, Stark, Tazewell, and Woodford, with the most recent revision dated May 29, 2025. It outlines the required minimum wage for various occupations covered under the Act and informs contractors of their obligations to pay at least the specified wage rates according to the Executive Orders 14026 and 13658. The list of occupations includes administrative, automotive, health, and technical roles among others, each with associated wage and fringe benefits. Additionally, it emphasizes compliance with health and welfare provisions, vacation entitlements, and holidays. It details the process for requesting additional classifications not listed in the Wage Determination, stressing the importance of accurately classifying job roles under the Service Contract Act Directory of Occupations. This information is essential for contractors engaging in federal service contracts and safeguarding employees' rights and wages. The document reinforces the federal commitment to fair labor standards and support for workers engaged in government contracts.
    The document outlines a price sheet related to a government Request for Proposal (RFP) for grass planting and site preparation in Montgomery. It includes three main tasks: pre-planning/post-planning site preparation, clearing and grubbing, and grass planting, each requiring proposals for a lump sum (LS) cost. Additionally, the document necessitates the submission of vendor information, including company name, DUNS/UEI SAM number, GSA contract number (if applicable), and primary point of contact's (POC) details such as email and phone number, along with a signature and date for validation. This structured format aims to inform contractors about the requirements for submitting cost proposals for the project, highlighting the financial aspects tied to specific landscaping tasks. Overall, it serves as a foundational component of the procurement process for local government landscaping initiatives, reflecting the formalities and requirements typical of government contracts.
    The document provides detailed directions to the Montgomery Waste Recycling and Energy (WRE) site, specifically for a visit scheduled at 10:30 AM on July 22, 2025. It outlines two possible routes for access: the first route starts from San Jose via US Highway 136, transitioning onto 300th Ave and then County Road 100N, leading to the site entrance. The second option originates from Delevan, proceeding south for 2.2 miles before turning east onto the same county road. Both routes indicate that the site entrance is located 0.5 miles down County Road 100N. The document serves to facilitate site visits as part of infrastructure planning or assessments related to federal or state RFPs. It emphasizes the importance of clear navigation instructions in the context of government operations and site evaluations, ensuring accessibility for relevant personnel involved in government contracts or projects.
    The USDA's Farm Production and Conservation (FPAC) has issued a Request for Quote (RFQ) for the ACEP-WRE Grass Planting project in Montgomery and Tazewell County, IL, under solicitation number 12FPC125Q0032. This RFQ is for commercial products and services, set aside 100% for small businesses under NAICS code 115112, with a total price requirement covering all aspects of the project. The primary components include pre-planning, site preparation (clearing/grubbing), and grass planting. The anticipated performance period is from November 17, 2025, to January 27, 2026, with seeding occurring between November 15 and March 1. Quotes are due by July 30, 2025, and offerors must submit technical narratives, past performance information, and pricing, while acknowledging any amendments to the RFQ. The Government will award the contract based on the Lowest Price Technically Acceptable (LPTA) method. A site visit is suggested, though not mandatory, to gain a better understanding of the requirements. The document also includes various provisions regarding contract terms, compliance with laws, and reporting requirements, emphasizing the importance of adhering to federal guidelines and regulations for successful project execution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Mowing and Landscaping of the Ava office compound
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking a contractor for mowing and landscaping services at the Ava Ranger District Administrative Site in Ava, Missouri. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to maintain a 5.7-acre site, which includes mowing, trimming grass and weeds, and shrub trimming, with services expected to be performed up to 22 times per season. This contract is a Total Small Business Set-Aside, emphasizing the importance of small business participation, and the period of performance is set from March 1, 2026, to February 28, 2027. Interested parties must submit their quotations by January 11, 2026, at 11:00 PM Eastern, and can contact Joshua Franks at Joshua.Franks@usda.gov or 530-214-0154 for further information.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.