WRE Restoration for Juaire Forest NRCS MN
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: Aug 03, 2022 01:02 pm EDT
- Original Date Offers Due: Aug 22, 2022 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 06, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: , MN 55101USA
Description
*** THIS IS A REQUEST FOR QUOTE UNDER SIMPLIFIED ACQUISITION PROCEDURES ***
The United States Department of Agriculture (USDA) Farm Production and Conservation - Acquisition
Division intends to issue a Request for Quotes(RFQ) in accordance with FAR Part 13 on behalf of the
USDA - Natural Resource Conservation Service (NRCS) Minnesota State Office for work to be performed near Platte Township, in Morrison County, Minnesota.
The USDA-NRCS is conducting a wetland restoration project near Pierz, MN. This project will include a rock crossing, and seeding/mulching disturbed areas, in Platte Township, Morrison County, Minnesota. An organized site visit has been scheduled for Wednesday, August 10, 2022 at 11:00 A.M. Local Time.
The site is located in the section 10, Platte Township (T-42N R-30W). The Juaire site is approximately
11.0 mile North of Pierz, Minnesota. Access to the site is at the end of a two track road off of Hwy 25.
See attached maps.
The POC for the site visit is Daniel Jarosz, Daniel.jarosz@usda.gov.
Interested contractors must be registered in and must complete the annual representations and
certifications electronically via the System for Award Management (SAM) at http://www.sam.gov in order to be eligible for award. This opportunity will be a Total Small Business set-aside.
A firm fixed price construction contract is anticipated under Simplified Acquisition Procedures in FAR
Part 13.
Payment Bond (SF-25A), Irrevocable Letter of Credit (ILC), or a Tripartite Escrow Agreement in the
amount of 100% of the project cost will be required within 10 calendar days of award of the contract.
The anticipated period of performance for this project is 320 calendar days from the date the contractor receives the Notice to Proceed (NTP). In accordance with FAR 36.204, the estimated magnitude of the project is between $100,000 and $250,000.
The NAICS code for this solicitation is 237990, Other Heavy and Civil Engineering Construction. The
Small Business Size Standard for this NAICS is $39.5M.
For further information contact Elrick Lounds, Contract Specialist, via email at elrick.lounds@usda.gov or telephone at (817) 509-3525.
Attachments/Links
Contact Information
Contracting Office Address
- FPAC BUS CNTR-ACQ DIV 1400 INDEPENDENCE AVE SW
- WASHINGTON , DC 20250
- USA
Primary Point of Contact
- Elrick Lounds
- elrick.lounds@usda.gov
- Phone Number 8175093525
Secondary Point of Contact
- Laureen M Eipp
- laureen.eipp@usda.gov
- Phone Number 3154776522
History
- Sep 06, 2022 11:56 pm EDTSolicitation (Original)
- Sep 06, 2022 11:56 pm EDTPresolicitation (Updated)