MN-AGASSIZ NWR-DITCH CLEANING
ID: 140FC226Q0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES (Z2KZ)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking contractors for a firm-fixed-price construction contract for the Agassiz National Wildlife Refuge ditch cleaning project in Middle River, MN. The primary objective is to remove sediment and vegetation from approximately 1,615 feet of the J.D. 11 Branch 201 drainage ditch to enhance water flow, with work to be completed by June 15, 2026. This project is crucial for maintaining the ecological integrity of the refuge and ensuring proper water management. Interested contractors must attend a mandatory site visit on January 21, 2026, and submit any questions by January 22, 2026. For further inquiries, contact Christa Garrigas at christa_garrigas@fws.gov or call 325-261-4143.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service's Agassiz National Wildlife Refuge is soliciting bids from contractors for a drainage ditch cleanout project. The project involves removing sediment and vegetation from approximately 1,615 feet of the J.D. 11 Branch 201 drainage ditch to improve water flow. Contractors are required to inform the refuge 48 hours before starting work, visit the site before bidding, and complete the work by June 15th, 2026. Key specifications include a 4-foot cut width, depositing spoil on the north side of the ditch, and using a long-reach excavator due to access limitations. Contractors are responsible for minimizing environmental disturbance, repairing any damage, and cleaning equipment to prevent the spread of noxious and invasive species. Payment will be processed upon satisfactory completion and inspection.
    The document outlines two key government initiatives: the Davis-Bacon Act and Executive Order 13658. The Davis-Bacon Act, applicable to contracts awarded between January 1, 2015, and January 1, 2020, ensures that contractors on federal and federally assisted construction projects pay prevailing wages and benefits. Compliance information is accessible via a provided URL. Executive Order 13658, effective from January 1, 2015, mandates a minimum wage for federal contractors. It applies to contracts awarded or extended after this date and also covers contracts for services and concessions. Specific provisions detail wage adjustments, which are made annually. Both regulations aim to protect workers and ensure fair labor practices on government-funded projects, with additional compliance information available online.
    The document is a federal government Request for Proposal (RFP) for the Agassiz Ditch Cleaning project in Middle River, MN. It outlines a firm-fixed-price construction contract for ditch cleaning, with a performance period from May 1 to June 1, 2026. The RFP details various requirements, including a mandatory site visit on January 21, 2026, and a deadline for questions on January 22, 2026. Key sections cover pricing, scope of work (Statement of Work and Wage Determination are attached separately), packaging and marking, inspection and acceptance, project delivery timelines, and contract administration data, emphasizing electronic invoicing via the IPP system. Special contract requirements address work hours, environmental interruptions (including endangered species and historical data preservation), hazardous materials, green procurement, and Davis-Bacon wage rates. The document also includes clauses on the Federal Acquisition Supply Chain Security Act (FASCSA) regarding prohibited covered articles and sources, and a Buy American provision for construction materials. Finally, it details clauses related to reverse auctions and reporting requirements for U.S.-flag air carriers concerning human trafficking prevention.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MN Valley NWR Visitor Center - Concrete Floor Prep
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from Women-Owned Small Businesses (WOSB) for a federal contract involving concrete floor preparation, staining, and vinyl cove installation at the Minnesota Valley National Wildlife Refuge Visitor Center in Bloomington, MN. The project requires the contractor to remove adhesive, grind a 1,421 sq. ft. concrete slab, apply a stained design resembling the Minnesota River, and install a 4-inch dark blue vinyl cove, all while ensuring compliance with environmental and safety standards. Interested contractors must submit their proposals, including a completed SF 1449 form and technical narratives, by January 20, 2026, at 2:00 PM Eastern Time, with a site visit scheduled for January 14th at 10 AM Central Time. For further inquiries, contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is soliciting bids for the Fargo-Moorhead Forest Mitigation Planting project, aimed at providing environmental mitigation for flood risk management in the Fargo-Moorhead Metropolitan Area. The project requires a contractor to supply all necessary labor, materials, and equipment for the planting, maintenance, and invasive species control across approximately 165.4 acres, with an option for an additional 10.4 acres, over a three-year period. This initiative is critical for restoring and maintaining native forest habitats, contributing to the overall flood risk management strategy. Interested small businesses must submit their bids by January 29, 2025, at 2:00 PM Central, and are encouraged to contact Scott E. Hendrix or Kenneth Eshom for further details.
    Kimball Creek Culvert Replacement FR-304
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for the replacement of the Kimball Creek Culvert on Forest Road 304 in the Superior National Forest, Minnesota. The project involves comprehensive tasks including demolition, debris removal, dewatering, and the installation of a new structural plate arch culvert, along with associated infrastructure such as headwalls, wing walls, rip rap, and permanent traffic signs. This initiative is crucial for maintaining the functionality of the road and protecting the surrounding wetlands and Kimball Creek from construction impacts. Interested contractors must submit their proposals by January 21, 2026, and ensure they are registered in SAM.gov to be eligible for award. For further inquiries, contact Michelle Reed at michelle.r.reed@usda.gov or Peter Lindgren at peter.lindgren@usda.gov.
    Gunflint Ranger District Snow Removal
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide snow removal and sanding services for the Gunflint Ranger District located in Grand Marais, Minnesota. The contract requires the contractor to clear parking lots, roadways, and drives of snow after accumulations exceed one inch, with additional sanding required when ice is present. This service is crucial for maintaining safe access to the administrative site, ensuring that all areas are clear before employees arrive for work. Proposals are due by November 23, 2025, at 6:00 PM EST, and interested parties should submit their offers via email to Mikaela Laney at mikaela.laney@usda.gov. The contract will cover a base year with four optional renewal years, and the NAICS code for this procurement is 561730, with a size standard of $8 million.
    In-Stream and Log Hauling Services - Mining Reach Phase II
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for In-Stream and Log Hauling Services as part of the Mining Reach Phase II project in the Wind River Watershed, located in Carson, Washington. The primary objective of this procurement is to enhance salmon habitat for ESA-listed lower Columbia Steelhead by adding large woody debris to the river, which will improve water quality and streambank stability. This total small business set-aside contract, under Solicitation Number 1240BF25Q0057, is structured as a Requirements contract with a performance period from February 1, 2026, to January 31, 2031, and requires offers to be submitted electronically by January 19, 2026, at 1:00 PM (PST). Interested parties can contact Darnell Williams at Darnell.Williams@usda.gov or by phone at 458-212-6091 for further information.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    REHABILITATION OF MARSHALL FLOOD CONTROL WORK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the rehabilitation of flood control works in Marshall, Minnesota. The project involves repairing existing levees at two locations within the city limits, which includes tasks such as minor clearing, tree removal, excavation, riprap and bedding placement, and turf restoration. This procurement is significant for maintaining the integrity of flood control infrastructure, ensuring safety and protection for the local community. The contract is set aside entirely for small businesses, with an estimated construction value between $500,000 and $1,000,000, and interested parties should contact Karl Just at karl.p.just@usace.army.mil or call 651-290-5768 for further details.
    Z--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 a 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing the existing tank with a new 1,000-gallon tank, reconnecting supply lines, and ensuring compliance with safety standards for emergency generator operations. This procurement is crucial for maintaining the operational integrity of the hatchery while adhering to environmental and safety regulations. Interested contractors should note that the period of performance is from January 20, 2026, to February 20, 2026, with a site visit scheduled for January 14, 2026, and quotes due by January 20, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract involves maintenance dredging, the placement of dredged materials at a designated open-water site, and conducting pre- and post-dredge surveys, with the contractor responsible for all necessary labor, equipment, and materials. The project is critical for maintaining navigable waterways and ensuring the operational integrity of the harbor, adhering to all applicable federal, state, and local regulations. Interested contractors should contact Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details, and note that the contract will be awarded as a firm-fixed price with applicable construction wage rates.