ACEP-WRE Tree Planting for NRCS Illinois State Office (Crawford & Jasper Counties)
ID: 12FPC125Q0022Type: 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
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 9:00 PM UTC
Description

The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to participate in the ACEP-WRE Tree Planting project for the Natural Resources Conservation Service (NRCS) in Crawford and Jasper Counties, Illinois. The project involves the planting of 19,575 seedlings within a 45-day period following the issuance of a firm fixed-price Purchase Order, with a focus on ecological restoration and biodiversity through the use of various tree species. This procurement is set aside for small businesses under NAICS code 115112, with quotes due by April 15, 2025, at 5:00 PM EST, and must be submitted via email to the primary contacts, Ambrea Harris and Sharla Goforth. Interested contractors are encouraged to review the solicitation documents for detailed specifications and compliance requirements.

Point(s) of Contact
Ms. Sharla Goforth
Sharla.Goforth@usda.gov
Files
Title
Posted
Apr 9, 2025, 9:08 PM UTC
The document outlines specifications for the Crawford & Jasper Counties ACEP-WRE Tree Planting project in Illinois, detailing mobilization, site preparation, and planting of tree seedlings. The mobilization phase involves transporting equipment and personnel to the site and establishing facilities, along with demobilization upon project completion. Payment for mobilization will be made based on submitted invoices for documented costs. The tree planting component entails preparing the site, transporting, and planting bare root seedlings according to strict guidelines ensuring quality and species adaptability. The contractor will select a variety of species, ensuring all plants meet the American Standard for Nursery Stock. Planting must adhere to proper procedures, including spacing, depth, and inspection protocols, with government agents verifying compliance at various stages. Key points include site preparation methods, planting requirements, and a detailed measurement/payment structure to ensure contractors are compensated fairly for their work. Emphasizing the ecological significance, the project stipulates planting a minimum of five distinct tree species to promote biodiversity. Overall, the document serves as a framework for executing a government-funded environmental conservation initiative, supporting reforestation efforts through meticulous planning and adherence to regulations.
The document is the Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, identifying minimum wage and fringe benefit requirements for workers on federal service contracts, particularly in Illinois. It outlines two relevant Executive Orders concerning minimum wage: Executive Order 14026 (aplicable from January 30, 2022) mandates a minimum of $17.75 per hour, while Executive Order 13658 (for contracts awarded between January 1, 2015, and January 29, 2022) sets a minimum of $13.30 per hour, applicable to specific contract terms. The document lists various job classifications in forestry services along with their respective hourly wage rates and specifies fringe benefits like health and welfare compensation, vacation, and holidays. Additionally, it addresses uniforms, stating that contractors must cover uniform costs if they lower wages below required rates. The guidance emphasizes conformance processes for job classifications not listed in the determination and underscores compliance with minimum wage and benefit requirements outlined in federal contracts. This document is essential for ensuring fair wages and protections for workers involved in federal service contracts, highlighting the government's commitment to uphold labor standards.
The document outlines the Conservation Practice Standard (CPS) for Tree-Shrub Site Preparation (Code 490) by the Natural Resources Conservation Service (NRCS) in Illinois, aimed at enhancing the establishment and growth of desired trees and shrubs. The standard details procedures to manage soil conditions, water availability, and habitat for pests to ensure successful regeneration. It specifies criteria for site preparation, which may include mechanical, chemical, or prescribed burning methods to modify landscape conditions. Also emphasized are the retention of woody residue for soil protection and habitat, mitigations for compaction, erosion control, and compliance with environmental regulations. The document includes guidelines for operation and maintenance, notably involving compliance with safety measures when using herbicides, managing invasive species, and monitoring site conditions post-treatment. The planning section requires comprehensive mapping and detailed descriptions of site-specific practices. This standard serves as a framework for federal grants, local RFPs, and conservation efforts, emphasizing sustainable forestry management and ecological integrity in tree and shrub establishment practices.
The document pertains to a new contract solicitation by the Natural Resources Conservation Service (NRCS) for tree planting in Jasper and Crawford Counties, Illinois, under Solicitation No. 12FPC125Q0022. The project requires the planting of a total of 19,575 seedlings within a 45-day period following the receipt of the Purchase Order. Contractors are instructed to distribute the seedlings of various species equally, with species suited for wetter conditions designated to be planted at lower elevations. Clarifications sought by potential contractors include the completion deadline for the project and details on planting arrangements, such as whether certain species should be grouped or intermixed. Additionally, there is an inquiry about the existence of an incumbent contractor and the prior contract number, showing careful attention to previous engagements in similar services.
The solicitation 12FPC125Q0022 is a Request for Quote (RFQ) issued by the Illinois State Office for the implementation of the ACEP-WRE Tree Planting project. This procurement anticipates a firm fixed-price Purchase Order awarded to the Lowest Price Technically Acceptable (LPTA) offeror. It is specifically set aside for small businesses under NAICS code 115112, with a project duration of 45 days for task completion. Key deliverables include mobilization, site preparation, and tree planting at specified locations in Jasper and Crawford counties. Potential contractors must submit a technical narrative detailing their experience, past performance references, and a completed price schedule. Evaluations will prioritize technical merit before assessing pricing for reasonableness. The document outlines various FAR regulations and specific contract clauses, including compliance requirements and payment terms through the Electronic Invoice Processing Platform. Questions related to the RFQ are due by April 8, 2025, with quotes accepting until April 15, 2025. Attachments include specifications, maps, wage rate determinations, and conservation standards pertinent to the project. This solicitation showcases the government's commitment to environmentally sustainable practices through tree planting initiatives.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
OR-HART MTN-NTL ANTELOPE REF PINE STRG
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the storage, seed extraction, and grow-out of ponderosa pinecones at Hart Mountain National Antelope Refuge. This procurement, designated as a 100% Small Business Set-Aside, aims to transport, store, and cultivate approximately 43,000 ponderosa pine seedlings to support reforestation efforts following significant wildfire damage. The successful contractor will adhere to best practices for processing and growing seedlings over a two-year period, with project completion expected by 2027. Quotes must be submitted by April 30, 2025, and interested parties should contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further details.
Mechanical Treatment Brushing on the Chequamegon Nicolet National Forest
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for mechanical treatment and brushing services on the Washburn Ranger District of the Chequamegon-Nicolet National Forest in Wisconsin. The project aims to mechanically remove sub-merchantable trees and shrubs across five designated areas totaling 85 acres, with operations scheduled from August 1 to September 30, 2025, to enhance forest health and biodiversity. This initiative underscores the federal commitment to sustainable land management practices and habitat restoration on public lands. Interested small businesses, including service-disabled veteran-owned and HUBZone companies, should direct inquiries to Debra Derickson at Debra.Derickson@usda.gov, with a total contract value of $11.5 million and proposals due by the specified deadline.
GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project in the Sierra National Forest, California. The project involves the removal of hazardous trees within a 100-foot buffer around various recreation sites, including campgrounds and trails, to ensure public safety and facilitate future infrastructure improvements following the 2020 Creek Fire. This initiative is part of a broader effort to rehabilitate disaster-affected areas and enhance recreational access, with an estimated project cost between $500,000 and $1,000,000. Interested contractors must register on SAM.gov to access the formal solicitation, which is expected to be posted around February 14, 2025, and can contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information.
Landscaping and Tree Planting - Old Hickory (Rockland)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for landscaping and tree planting services at the Rockland Recreation Area in Hendersonville, Tennessee. The primary objective of this procurement is to replace trees and vegetation lost due to a tornado in December 2023, focusing on planting native species to restore the local ecosystem and enhance the area's natural beauty. This Total Small Business Set-Aside contract will be awarded based on the lowest priced, responsible offeror located within 75 miles of the site, with a base period of one year and two optional one-year extensions. Interested contractors must submit their quotes electronically by April 30, 2025, and are encouraged to attend a mandatory site visit on April 17, 2025, for which they should register in advance. For further inquiries, contact Scott Ellis at Robert.S.Ellis@usace.army.mil or call 615-736-5632.
Chequamegon-Nicolet National Forest - Gravel Crushing Service
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking quotes for gravel crushing services within the Chequamegon-Nicolet National Forest in Wisconsin. The project involves the crushing, stockpiling, and testing of aggregate from designated government sources, with tasks divided into East and West Zones of the forest. This procurement is crucial for maintaining the infrastructure of the national forest, ensuring that necessary materials are available for road and trail maintenance. Interested small businesses must submit their proposals by April 25, 2025, via email to Scott Beeman at scott.beeman@usda.gov, and adhere to federal wage determinations that set minimum wage rates and benefits for workers involved in the project.
Hand Cut/Pile Trees, Las Vegas NWR, Las Vegas, NM
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for a forest management project at the Las Vegas National Wildlife Refuge in New Mexico, focusing on the hand-cutting and piling of encroaching juniper and piñon trees. The project will cover approximately 30 acres, requiring the contractor to manually cut trees with a diameter of less than 12 inches and pile the debris away from sensitive areas to minimize environmental impact. This initiative is crucial for restoring natural habitats and preventing wildfire risks, aligning with federal regulations for ecological management. Interested small businesses must submit their proposals, including a technical and price proposal, by May 2, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details.
2025 PNW Field Inventory Analysis (FIA) Ongrid Areas 4 & 6
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) project in designated Ongrid Areas 4 and 6 across Oregon and Washington. The procurement involves establishing and remeasuring Forest Inventory plots on various land ownerships, with a focus on ensuring high-quality data collection and compliance with federal standards. This initiative is crucial for sustainable forest management practices and supports small businesses through a Total Small Business Set-Aside contract, with a maximum size standard of $11.5 million. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and interested parties should direct inquiries to Ricky McLellan at ricky.mclellan@usda.gov or call 971-337-6197.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
Fertilizer and application of hayfields at Ninemile Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide fertilization services for hayfields at the Ninemile Ranger Station in Lolo National Forest, Montana. The procurement involves applying pelletized fertilizer to 219 acres across ten designated locations, adhering to a specific nutrient ratio and application standards, with services to be completed by May 31, 2025. This initiative is crucial for maintaining the health of the ranger station's hayfields, emphasizing the government's commitment to natural resource conservation while promoting small business participation. Interested contractors must submit their proposals, including a technical and price proposal, by April 29, 2025, and can direct inquiries to Contract Specialist Sarah Cotton at sarah.cotton@usda.gov.