FARGO-MOORHEAD FOREST MITIGATION PLANTING
ID: W912ES26BA007Type: Solicitation
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
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), St. Paul District, is seeking a contractor for the Fargo-Moorhead Forest Mitigation Planting project, which involves environmental restoration and maintenance in North Dakota. The project requires the contractor to provide all necessary labor, materials, and equipment to execute planting, maintenance, and invasive species control plans across approximately 165.4 acres, with an option to extend services to an additional 10.4 acres. This initiative is part of a larger flood risk management effort in the Fargo-Moorhead area, emphasizing the importance of restoring native forest habitats. The total estimated award amount is $11.5 million, with a contract period from March 1, 2026, to December 31, 2028. Interested vendors should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details and must be registered in the System for Award Management (SAM) prior to bidding.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fargo-Moorhead Forest Planting Contract outlines a multi-year project for environmental restoration and maintenance, divided into a Base Contract and an optional extension. The Base Contract spans three years and includes initial contract submittals, site preparation (68.8 acres), planting of bank stabilization areas (0.3 acres), floodplain forest areas (47.1 acres), and oak savannah areas (21.4 acres). It also covers invasive species removal within forest preservation areas (96.5 acres) for all three years, along with annual maintenance, monitoring, and reporting. Year 3 specifically includes boulder placement. Option 1 extends these activities to an additional 4.8 acres for site preparation, 2.6 acres for floodplain forest, and 2.2 acres for oak savannah planting, with 5.6 acres designated for invasive species removal and maintenance over the three years. The document serves as a bid schedule, detailing quantities and units for various tasks, indicating a comprehensive effort to restore and maintain forest ecosystems.
    This document, Wage Determination No. 2015-4967 Revision No.: 30, issued by the U.S. Department of Labor, outlines the prevailing wage rates and fringe benefits for various service occupations in Clay County, Minnesota. It lists detailed hourly rates for administrative, automotive, food service, health, information technology, and many other occupations. The determination also specifies fringe benefits including health & welfare, vacation, and holidays. Notably, it includes provisions for Executive Orders 13706 (Paid Sick Leave for Federal Contractors) and 13658 (Establishing a Minimum Wage for Contractors). Additionally, it details hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications under the Service Contract Act. The document serves as a crucial reference for federal government RFPs and contracts in the specified area.
    This government file, Wage Determination No. 2015-4969, outlines the required wage rates and fringe benefits for service contract employees in Cass County, North Dakota. Issued by the U.S. Department of Labor, Wage and Hour Division, it specifies hourly rates for a wide range of occupations across various sectors, including administrative, automotive, food service, health, information technology, and maintenance. The document also details fringe benefits, such as health and welfare (including provisions for Executive Order 13706 for paid sick leave), vacation, and eleven paid holidays. Special conditions apply to computer employees, air traffic controllers, and weather observers, with specific guidance on exemptions and night/Sunday pay differentials. Additionally, it addresses hazardous pay differentials for work with ordnance and uniform allowance requirements. The file concludes with a conformance process for classifying unlisted occupations, ensuring fair compensation for all employees under the Service Contract Act.
    This government solicitation, W912ES26BA007, from the US Army Corps of Engineers, is for a Women-Owned Small Business (WOSB) set-aside contract for "FARGO-MOORHEAD FOREST PLANTING" in Minnesota and North Dakota, with an estimated total award amount of $11,500,000.00. The contract specifies a firm-fixed-price for tree planting services, including a base period and an option line item, both with a period of performance from March 1, 2026, to December 31, 2028. Key requirements include compliance with security regulations, the E-Verify program for employment eligibility, Service Contract Act wage determinations, and specific insurance coverages. The solicitation also outlines
    The Fargo-Moorhead Forest Planting Contract #3, overseen by the U.S. Army Corps of Engineers, St. Paul District, outlines deliverables, approved herbicides, and post-application documentation requirements. Key deliverables include a Project Schedule, Safety Plan, Herbicide Plan, Quality Control Plan, Site Preparation Plan, Planting Plans, and a Maintenance Plan, each with specific submission deadlines, formats, and recipients (primarily the Contracting Officer). The contract also lists government-approved herbicides, indicating which are available in aquatic formulations, or for pre-emergent and post-emergent applications. An Herbicide Post-Application Documentation Form is provided, requiring detailed information on application date, contractor, target pest, weather conditions, treated acreage, pesticide details (trade name, active ingredients, EPA registration), application rates, equipment used, amount applied, and disposal information. Attachment 4 indicates a mapbook for the Forest Mitigation Contract #3.
    This is a three-year service contract for planting, monitoring, and maintaining native forest habitat in the Fargo-Moorhead area, covering 165.4 acres with an optional additional 10.4 acres. The project includes developing and executing planting, maintenance, and invasive species control plans for forest and native prairie. The contract specifies a three-year period of performance with detailed yearly tasks, including site preparation, planting, establishment, and invasive species treatments. Administrative requirements cover biweekly progress meetings, on-site reviews, and the use of the Resident Management System (RMS) for contract administration. The contractor must submit various plans for approval, including Project Schedule, Safety Plan, Herbicide Plan, Quality Control Plan, Site Preparation Plan, Planting Plans, and Monitoring Reports. Site-specific requirements address facility use, hours of operation, parking, traffic control, and utility identification. The contract also details archaeological coordination, herbicide application restrictions, licensing, and environmental requirements, including spill response and National Pollutant Discharge Elimination System (NPDES) permit coverage. Quality control measures, reporting, and deficiency resolution procedures are outlined. The document provides detailed descriptions of existing conditions, work to be performed at each of the nine primary sites and three optional sites, including specific planting strategies (Floodplain Forest, Oak Savanna, Bank Stabilization), acreage breakdowns, and site access information.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is soliciting bids for the Corps Island Unloading project, which involves transferring approximately 300,000 cubic yards of dredged material from Corps Island in the Upper Mississippi River. The project requires the use of mechanical and/or hydraulic excavation methods and is critical for managing dredged material in a site that lacks road access and is susceptible to flooding. This contract, valued between $5 million and $10 million, is exclusively set aside for small businesses, with bids due by March 10, 2026, and work expected to commence within 10 days of the notice to proceed, concluding by September 30, 2027. Interested bidders should contact Theodore Hecht at the provided email or phone number for further details and ensure they are registered in the System for Award Management (SAM) prior to bidding.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Forestry Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Forestry Support Services at Aberdeen Proving Ground (APG), Maryland, with a total estimated award amount of $11,500,000. The contract will focus on forest resource compliance and management, with individual task orders detailing specific regulatory requirements, funding sources, and performance schedules. These services are critical for maintaining the health of forest ecosystems, enhancing wildlife habitats, and ensuring compliance with environmental regulations. Interested parties, particularly Women-Owned Small Business (WOSB) concerns, should contact Samantha Hayes at samantha.c.hayes.civ@army.mil or 410-404-7245 for further information, with proposals due by the specified deadlines. The contract period spans five years, from March 2026 to February 2031, with an optional six-month extension.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a vegetation cutting and herbicide treatment project at the Surry Mountain Dam in Surry, NH. The project requires the contractor to furnish all labor, materials, and equipment necessary to cut and chemically treat approximately two acres of vegetation, including cutting woody stems greater than one inch in diameter and applying herbicide treatments, while adhering to safety regulations and disposing of debris in accordance with applicable laws. This procurement is set aside for small businesses, with a firm-fixed-price contract expected to run from the award date through October 31, 2026. Interested vendors must have an active registration in SAM.gov and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    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.
    Missouri River Recovery Management Plan Adaptive Management Support
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking proposals for the Missouri River Recovery Management Plan Adaptive Management Support. This procurement involves providing non-personal services to support the implementation of the final Missouri River Recovery Management Plan Environmental Impact Statement (MRRMP-EIS) and the U.S. Fish and Wildlife Service Biological Opinion, while participating as a member of the Technical Team. The contract is a firm fixed price service award, emphasizing performance-based outcomes, and will be open for unrestricted full and open competition. Interested contractors must register in the System for Award Management (SAM) and are advised that the solicitation will be issued around December 17, 2025, with a closing date expected on January 9, 2026. For further inquiries, potential bidders can contact Tina L. Keimig or Nadine Catania via their provided emails.
    Umpqua NF, North Zone FY26 Winter Tree Planting
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide hand tree planting services for the Umpqua National Forest, North Zone FY26 Winter Tree Planting project. The contract requires the contractor to furnish labor, equipment, supervision, and transportation for planting approximately 110,280 trees across various units, with specific tasks including stake row installation and animal browse protection. This project is crucial for reforestation efforts in post-fire and brushed areas, ensuring the health and sustainability of forest ecosystems. Quotes are due by January 8, 2026, at 2:00 PM PST, and interested parties should submit their proposals via email to Paula S. Winningham at paula.winningham@usda.gov.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    Kimball Creek Culvert Replacement FR-304
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for the replacement of the Kimball Creek Culvert on Forest Road 304 in Grand Marais, Minnesota. The project involves comprehensive tasks including the demolition and removal of the existing culvert, installation of a new structural plate arch, traffic control, and environmental protection measures, particularly as Kimball Creek is a designated trout stream requiring specific work timing between June 30th and September 15th. This procurement is a Total Small Business set aside, with an estimated project value between $1 million and $5 million, and proposals are expected to be submitted following the solicitation release on or about January 7, 2026. Interested vendors should contact Michelle Reed at michelle.r.reed@usda.gov for further information and ensure they are registered in the Systems for Awards Management (SAM) at www.sam.gov.