FARGO-MOORHEAD FOREST MITIGATION PLANTING
ID: W912ES25B0003Type: Presolicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST TREE PLANTING (F005)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 20, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 8:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is inviting bids for the Fargo-Moorhead Forest Mitigation Planting project, aimed at implementing ecological restoration tasks to enhance forest health and stability in Fargo, North Dakota. The project encompasses a range of activities over a five-year period, including site preparation, planting of floodplain forests and oak savannah areas, bank stabilization, invasive species removal, and ongoing maintenance and monitoring. This initiative reflects the federal government's commitment to environmental conservation and sustainability, with an estimated total project cost of $1,633,492.90 and a bid opening scheduled for February 6, 2025. Interested contractors can reach out to Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further details.

Point(s) of Contact
Files
Title
Posted
Feb 7, 2025, 2:06 PM UTC
The FMM Forest Mitigation Planting Project, initiated by the US Army Corps of Engineers, invites bids for the implementation of ecological restoration tasks to support forest health and stability. The solicitation number W912ES25B0003 has a bid opening scheduled for February 6, 2025. The project includes various tasks over five years such as site preparation, planting bank stabilization, and invasive species removal, alongside ongoing maintenance and monitoring activities. Key components of the project consist of planting floodplain forest and oak savannah areas while managing invasive species. Costs are broken down by yearly activities, totaling an estimated $1,633,492.90 with itemized bid amounts from multiple contractors, including Landology, Inc., and DJM Ecological Services Inc. This project underscores the federal government's commitment to environmental conservation and restoration, providing a structured framework for contractors to follow while ensuring compliance through detailed documentation and a transparent bidding process. The proposal reflects the larger context of government Requests for Proposals (RFPs), which aim to foster ecological sustainability through community and contractor collaboration in environmental projects.
Jan 27, 2025, 7:04 PM UTC
The file pertains to a federal Request for Proposal (RFP) for environmental restoration services, specifically focusing on forest mitigation activities scheduled over five years. The proposal details various tasks, including site preparation, planting bank stabilization areas, invasive species removal, and annual monitoring reports. Several clauses outline contractor obligations, insurance requirements, and wage determinations under the Service Contract Act, aimed at promoting fair labor practices. Notably, contractors must utilize the E-Verify program for employment eligibility and provide comprehensive price bids for all items in the solicitation to qualify for the award. Wage rates are guided by federal mandates, with minimum pay requirements potentially influenced by recent Executive Orders. The document underscores the government's commitment to maintaining rigorous standards for environmental restoration projects while ensuring employee rights and compliance with labor regulations. This RFP thus reflects the government's strategy to collaborate with qualified vendors to achieve ecological restoration goals while adhering to applicable labor laws and environmental standards.
Jan 27, 2025, 7:04 PM UTC
The document is an amendment to a solicitation for contract W912ES25B0003, issued by the US Army Corps of Engineers (USACE) in St. Paul, focusing on updating the Department of Labor Wage Determinations and specifying bid submission instructions. Key updates include the latest wage rates under the Service Contract Act, stipulating minimum wages for various occupations, which are adjusted in accordance with applicable Executive Orders. The contractor must ensure compliance with these wage requirements, including provisions for paid sick leave and fringe benefits. Additionally, it outlines responsibilities for bidders, emphasizing the importance of registration in the System for Award Management (SAM), submission of financial qualifications within two days post bid-opening, and the process for handling inquiries. Bidders must submit sealed bids by a specified deadline, detailing their proposals and ensuring compliance with all outlined conditions. The document serves as guidance for prospective bidders in federal contracts, ensuring adherence to regulations and requirements set forth in federal acquisitions, thus supporting transparency and appropriate compensation across contracted services.
Jan 27, 2025, 7:04 PM UTC
This document outlines an amendment to a federal solicitation for a contract, specifically indicating the removal of the fence removal requirement. The amendment affects the Bid Schedule and the Performance Work Statement (PWS), while all other terms and conditions of the original solicitation remain intact. A summary of the changes includes specifics on various contract line item numbers (CLINs) addressing site preparation, planting, invasive species removal, maintenance, and monitoring across five years, with costs noted as zero for each unit. The amendment signifies a modification to the original solicitation document W912ES25B0003 to clarify and update contract stipulations. The document emphasizes the need for contractors to acknowledge receipt of the amendment to avoid potential rejection of offers, ensuring compliance with procurement processes. Overall, this amendment reflects standard government practices for managing contract modifications to adapt project requirements.
Jan 27, 2025, 7:04 PM UTC
The document is an amendment to a federal solicitation related to a contract identified as W912ES25B0003, issued by the U.S. Army Corps of Engineers, St. Paul District. The amendment modifies the Performance Work Statement, updates attachments, and provides a revised Bid Schedule. Specifically, it replaces attachments 1-6 and clarifies the provision of services over multiple contract years, detailing various activities such as site preparation, planting stabilization areas, invasive species removal, and annual monitoring reports across five years. The solicitation seeks acknowledgment from contractors regarding the changes, emphasizing that failure to do so may result in rejection of offers. Additionally, it underlines that all other terms of the solicitation remain unchanged. The changes aim to optimize the execution of environmental restoration services, ensuring adherence to specifications and compliance with federal requirements. This amendment reflects the ongoing efforts of federal agencies to manage contracts effectively while maintaining transparency and accountability in the procurement process.
Jan 27, 2025, 7:04 PM UTC
This document serves as an amendment to a solicitation, specifically extending the bid due date for a federal contract identified as W912ES25B0003. The new deadline is now set for February 6, 2025, at 2:00 PM CST, as opposed to the previous date of January 30, 2025. All other terms and conditions of the solicitation remain unchanged and fully effective. Contractors are required to acknowledge receipt of this amendment through specified methods, which may include completing sections of the amendment or submitting correspondence that references the solicitation numbers. The amendment is officially sanctioned by the Contracting Division of the US Army Corps of Engineers, St. Paul, and provides necessary updates for compliance and accuracy in the bidding process. The document outlines the procedure for acknowledging the amendment to avoid potential rejection of any offers submitted post-deadline. This update is a standard part of the solicitation process that ensures clarity and efficiency in government contracting.
Jan 27, 2025, 7:04 PM UTC
The Fargo-Moorhead Forest Planting Performance Work Statement outlines a 5-year service contract aimed at planting, monitoring, and maintaining native forest habitats across 99.1 acres in Cass County, North Dakota. This initiative serves as environmental mitigation linked to the Fargo-Moorhead Metropolitan Area Flood Risk Management Project. It involves the establishment of trees, grasses, and forbs on approximately 47.6 acres and the management of invasive species on 51.5 acres of existing forest. The contract stipulates extensive administrative requirements, including performance monitoring and meetings with government officials. A detailed project schedule, adhering to specific timelines, is mandated for completion of planting and treatment activities. Safety, environmental regulations, and quality control are emphasized throughout the contract, alongside the development of various management plans, including herbicide and maintenance strategies. Interim and final performance standards dictate the success of the habitat restoration, ensuring effective invasive species control and native vegetation establishment. This contract reflects the federal government’s commitment to ecological restoration in response to the impacts of previous flood management projects, emphasizing sustainability and long-term maintenance for the newly established ecosystem.
Jan 27, 2025, 7:04 PM UTC
The document is an amendment to a federal solicitation, specifically extending the Bid Opening Date from January 22, 2025, to January 30, 2025. It confirms that all other terms of the solicitation remain unchanged. Contractors must acknowledge the receipt of this amendment prior to the new bid opening date or risk rejection of their offer. The amendment reflects administrative changes to the original contract, ensuring compliance within the FAR framework. The contract associated with this amendment is identified as W912ES25B0003, and it is administered by the US Army Corps of Engineers in St. Paul, Minnesota. This extension allows contractors additional time to prepare their offers, supporting the competitive bidding process and ensuring that all parties have adequate opportunity to submit their proposals.
Jan 27, 2025, 7:04 PM UTC
The Fargo-Moorhead Forest Planting Contract #2, issued by the U.S. Army Corps of Engineers, outlines deliverables and a schedule for a forest planting project to be completed by December 2024. Key deliverables include submission timelines for various plans such as the Safety Plan, Herbicide Plan, and Quality Control Plan, which must be submitted to the Contracting Officer in specified formats within 10 to 90 days of the contract award. An approved herbicide list details chemicals permitted for use, categorized by application types, ensuring both aquatic and post-emergent formulations are available. Additionally, a post-application documentation form is provided for contractors to report herbicide application details, promoting accountability in pest control practices. The contract emphasizes environmental compliance with the NDPDES General Permit and includes a mapbook and a tree farm inventory to guide the contractors. Overall, it encapsulates a structured approach to forest management, highlighting safety, monitoring, and compliance in federal government operations.
Jan 27, 2025, 7:04 PM UTC
The Fargo-Moorhead Forest Planting Performance Work Statement outlines a five-year service contract for the planting, monitoring, and maintenance of 94.9 acres of native forest habitat in Cass County, North Dakota, to mitigate environmental impacts related to the Flood Risk Management Project. The contract entails the establishment of trees, grasses, and forbs, while managing existing forests against invasive species. The plan includes distinct phases: site preparation, planting, maintenance, and monthly monitoring, with stringent performance standards to be achieved by Year 5. Key activities involve biweekly progress meetings with the contracting officer, development and submission of various plans (including herbicide and safety plans), and rigorous quality control measures. Performance standards dictate specific criteria for vegetation cover, tree density, and invasive species control, with interim assessments set for Years 2 and 4. The contractor is responsible for restoration, documentation, and compliance with local, state, and federal environmental regulations, as well as safety protocols. This initiative reflects the government’s commitment to ecological restoration and proactive environmental management.
Jan 27, 2025, 7:04 PM UTC
The Fargo-Moorhead Forest Planting Contract #2 issued by the U.S. Army Corps of Engineers outlines critical deliverables related to forest planting activities. The contract includes a schedule for numerous essential documents, such as a project schedule, safety plan, herbicide plan, quality control plan, and various maintenance and monitoring plans, all to be submitted to the contracting officer within specified timelines following contract award. A comprehensive list of approved herbicides that are permissible for use under this contract is included, detailing various chemicals along with their application types. The document also provides a post-application documentation form for tracking herbicide use, emphasizing the importance of precise measurements and compliance with EPA regulations. Additional attachments cover the general permit requirements and tree farm inventory, highlighting species needing removal. The document serves to ensure adherence to environmental standards while implementing the reforestation project, reflecting federal priorities in sustainable land management and ecological preservation.
Jan 27, 2025, 7:04 PM UTC
The Fargo-Moorhead Forest Planting Performance Work Statement outlines a 5-year service contract for planting, monitoring, and maintaining native forest habitat across 99.1 acres in Cass County, North Dakota, as part of the Fargo-Moorhead Metropolitan Area Flood Risk Management Project. Key services include the development and execution of planting, maintenance, and invasive species control plans. The project has defined roles for each of the five contract years, involving site preparation, monitoring, and invasive species management. The contractor must submit multiple plans for approval, including safety and herbicide plans, quality control and maintenance proposals. The government emphasizes electronic communication via the Resident Management System (RMS) for effective administration. Final and interim performance standards must be met for different vegetation types, focusing on biodiversity and invasive species control throughout the contract duration. Archaeological monitoring is required before any ground disturbance activities. The document reflects the government’s commitment to environmental restoration and sustainable practices, ensuring compliance with local, state, and federal regulations throughout the project.
The U.S. Army Corps of Engineers (USACE) has issued a Request for Proposal (RFP) for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative seeks a contractor to handle labor, materials, and equipment for environmental mitigation associated with the flood risk management project. Key tasks involve developing and executing plans for planting, maintaining, and controlling invasive species on approximately 99 acres, which includes planting trees and management of existing forests. The project aims to mitigate ecological impacts of the flood management efforts. The solicitation is set aside for small businesses, indicating a preference for vendors under the Total Small Business Set-Aside policy. The contract will be awarded as a Firm, Fixed-Price arrangement, ensuring cost predictability. Interested contractors must register with the System for Award Management (SAM) and include necessary documentation. Notably, the solicitation provides details about deadlines and updates via the Contract Opportunities website for vendors to monitor progress and changes. Additionally, two amendments have already been issued that clarify project requirements. The main aim of this RFP is to enhance environmental health through effective land management while simultaneously addressing flood risks in the Fargo-Moorhead area.
Lifecycle
Title
Type
Special Notice
Solicitation
Presolicitation
Similar Opportunities
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 preparing to solicit a contract for the control of invasive reed canary-grass on Buffalo Slough Island as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. This initiative aims to enhance the survival and growth of planted trees over approximately 9.5 acres of tribal land owned by the Prairie Island Indian Community in Goodhue County, MN. The contract will be a firm-fixed-price agreement, set aside for small businesses, with a performance period from June 1, 2025, to July 30, 2027. Interested contractors should monitor the Contract Opportunities website for the forthcoming solicitation details and must be registered in the System for Award Management (SAM) prior to award. For further inquiries, Scott Hendrix can be contacted at scott.e.hendrix@usace.army.mil or by phone at 651-290-5406.
MECHANICAL SITE PREPARATION SUPERIOR NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for a mechanical site preparation project located in the Laurentian District of the Superior National Forest in Duluth, Minnesota. The contract involves key tasks such as rock raking over approximately 200 acres and compacting/crushing of fuels on 11 acres, scheduled to take place from June 1 to October 31, 2025. This initiative is part of the federal government's efforts to manage forest ecosystems and promote ecological restoration through mechanical manipulation of the terrain. Interested contractors should contact Debra Derickson at Debra.Derickson@usda.gov for further details, with an estimated total award amount of $11.5 million and compliance with federal labor standards required for bidding.
Garrison Dam Spillway Modification Project - Phase 2 Anchor Testing
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Garrison Dam Spillway Modification Project - Phase 2 Anchor Testing, located in Riverdale, North Dakota. This project involves the installation and testing of foundation anchors to ensure the structural integrity of the dam, which is critical for flood control and management. The procurement emphasizes rigorous testing protocols and compliance with federal safety standards, reflecting the government's commitment to maintaining infrastructure safety. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to contact Clinton Russell or Nadine Catania for further information regarding the solicitation and site visit scheduled for April 3, 2025.
Garrison Project - Admin and OM Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services under the Garrison Project, which encompasses the Administration and Operations Management facilities located in Riverdale, North Dakota. The contract aims to establish a comprehensive cleaning service that includes routine and non-routine tasks such as cleaning, mopping, dusting, and floor refinishing, with a total award amount of approximately $22 million over a five-year period from May 2025 to April 2030. This procurement not only emphasizes the importance of maintaining high facility hygiene standards but also supports the federal initiative to engage small businesses, particularly those owned by women and service-disabled veterans. Interested contractors should reach out to Jacob Thomas at jacob.j.thomas@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil for further details and to ensure compliance with submission requirements.
CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, EXCAVATION AND STABILIZATION
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, which focuses on excavation and stabilization efforts. This project encompasses various site development activities, including dredging, debris removal, installation of sheet piles, and bridge protection measures, aimed at enhancing the ecological integrity of the San José Lagoon and surrounding areas. The work is critical for restoring and maintaining the waterways, ensuring proper flow and structural stability, which are vital for environmental health and community safety. Interested contractors can reach out to primary contact Katrina Chapman at katrina.l.chapman@usace.army.mil or by phone at 904-401-2979, or secondary contact Samuela Adams at samuela.y.adams@usace.army.mil or 817-886-1168 for further details.
Coast-wide Beach and Dune Ecosystem Restoration, Hancock County, MS
Buyer not available
The Department of Defense, through the Department of the Army, is seeking information from qualified firms regarding a prospective procurement for beach and dune ecosystem restoration services in Hancock County, Mississippi. The project involves improvements to approximately 5 miles of the existing mainland coast, including the construction of a 150-foot-wide beach berm and a 70-foot-wide vegetated dune field, requiring the transportation of approximately 300,000 cubic yards of material from an upland location. This initiative is critical for enhancing coastal resilience and environmental restoration, with an estimated project value between $10 million and $25 million and a construction duration of 240 days post Notice-to-Proceed. Interested firms are encouraged to submit their responses electronically via the provided survey link, and inquiries can be directed to Eric Hurtado at eric.j.hurtado@usace.army.mil or by phone at 251-690-2571.
Duluth Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is seeking contractors for the Duluth Maintenance Dredging project, which involves construction services for maintenance dredging in the Duluth-Superior Federal navigation channel. The project requires contractors to mobilize a dredge and perform mechanical dredging in specified areas, with the potential for additional dredging options, ensuring compliance with environmental management practices. The anticipated solicitation will be issued as an Invitation for Bid (IFB) in April/May 2025, with bids due in May/June 2025, and the estimated contract value ranges from $5 million to $10 million. Interested contractors should contact Frederick Coffey at frederick.coffey@usace.army.mil or Michelle Barr at Michelle.Barr@usace.army.mil for further information.
Landscaping and Tree Planting - Old Hickory (Rockland)
Buyer not available
The Department of Defense, specifically 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 contract, designated as a Total Small Business Set-Aside, requires the contractor to provide all necessary labor, equipment, and materials for mowing, trimming, spraying herbicides, and planting trees, particularly to restore areas affected by a tornado in December 2023. This procurement emphasizes ecological restoration and compliance with safety and environmental standards, with a contract duration of one base year and two optional one-year extensions, starting in September 2026. Interested parties must register for a mandatory site visit scheduled for April 17, 2025, and submit their quotes electronically by April 30, 2025, with inquiries directed to Scott Ellis at Robert.S.Ellis@usace.army.mil.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
Mowing and Planting Services at the Chena River Lakes Flood Control Project, North Pole, Alaska
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide mowing and planting services at the Chena River Lakes Flood Control Project located in North Pole, Alaska. The procurement includes a base year of service along with two option years, emphasizing the importance of maintaining the landscaping and grounds of this critical flood control infrastructure. Interested parties should note that the proposal due date has been extended to 2:00 PM AKDST on April 16, 2025, and are encouraged to reach out to the primary contact, Ernest Woods, at ernest.l.woods@usace.army.mil or by phone at 907-753-2547 for further inquiries. This opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 561730 for Landscaping Services.