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
    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
    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
    Similar Opportunities
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Rotary-Wing Commercial Aviation Services in Illinois
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to establish a contract for Rotary-Wing Commercial Aviation Services in Illinois, aimed at supporting aerial surveillance of wildlife and telemetry monitoring activities. This procurement will result in a firm fixed price indefinite delivery indefinite quantity contract, with a total small business set-aside under NAICS code 481219, which has a size standard of $25 million. The contract is significant for ensuring effective wildlife management and monitoring in Illinois and surrounding areas, with an anticipated start date of January 1, 2026, and consisting of five twelve-month ordering periods. Interested parties can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, and all responsible sources are encouraged to submit quotations for consideration.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Red-cockaded woodpecker Monitoring
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide monitoring and inventory services for the Red-cockaded Woodpecker (RCW) on the Croatan National Forest in North Carolina. The contractor will be responsible for furnishing all necessary equipment, labor, transportation, and supervision to conduct RCW cluster and tree inventories, group checks, project-level inventories, and the painting and tagging of RCW trees, with the goal of monitoring 100% of known clusters annually. This initiative is crucial for the conservation of the RCW species, which is listed as endangered, and involves detailed data collection and adherence to specific protocols outlined in the contract. Quotes are due by December 18, 2025, at 2:00 PM ET, and interested parties should contact Marian Feist at marian.feist@usda.gov for further information.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    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.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    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.