FARGO-MOORHEAD FOREST MITIGATION PLANTING
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Dec 18, 2024 07:42 am CST
- Original Date Offers Due: Jan 22, 2025 02:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 06, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F005 - NATURAL RESOURCES/CONSERVATION- FOREST TREE PLANTING
- NAICS Code:
- 115310 - Support Activities for Forestry
- Place of Performance: Fargo , NDUSA
Description
The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a Contractor capable of providing all labor, material, and equipment necessary to meet the requirements for the Fargo-Moorhead Metropolitan (FMM) Area Flood Risk Management Forest Mitigation Planting project.
The FMM Forest Planting project will serve as environmental mitigation for impacts associated with the FMM Project. The FMM project is a large, multi-faceted project that will result in significant flood risk management for the project area. Forest planting is one part of the overall FMM project.
The services requirement includes development and execution of several plans including planting, maintenance, and invasive species control for approximately 99 acres of forest and native prairie. Up to 48 of those acres will require the planting and establishment of trees, grasses, and forbs. Approximately 52 acres are existing forest that will require invasive species management. The services will also include 5 years of maintenance and monitoring on the 99.3 acres of land included in the contract.
The North American Industry Classification System (NAICS) code for this project is 115310; Support Activities for Forestry with a size standard of $11.5 Million.
The resulting contract shall be a Firm, Fixed-Price contract.
The solicitation is a Total Small Business Set-Aside.
The solicitation is an Invitation for Bid (IFB).
No CD's or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website.
There is no “Plan Holder List” for this project. The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website. In order to view this list, vendors will need to sign into their SAM account.
In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.
As required by 15 U.S.C. 644(w), the Corps of Engineers’ policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
Primary Point of Contact
- Scott E. Hendrix
- Scott.E.Hendrix@usace.army.mil
Secondary Point of Contact
- Kenneth J. Eshom
- kenneth.j.eshom@usace.army.mil
History
- Feb 21, 2025 10:55 pm CSTSolicitation (Updated)
- Jan 21, 2025 11:10 am CSTSolicitation (Updated)
- Jan 17, 2025 04:22 pm CSTSolicitation (Updated)
- Jan 13, 2025 01:27 pm CSTSolicitation (Updated)
- Jan 08, 2025 08:52 am CSTSolicitation (Updated)
- Jan 07, 2025 10:21 am CSTSolicitation (Updated)
- Dec 18, 2024 07:42 am CSTSolicitation (Original)
- Nov 20, 2024 12:44 pm CSTPresolicitation (Original)