Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
SOLICITATION NOTICE

F -- FARGO-MOORHEAD FOREST MITIGATION PLANTING

Notice Date
1/17/2025 2:25:14 PM
 
Notice Type
Presolicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES25B0003
 
Response Due
1/30/2025 12:00:00 PM
 
Archive Date
02/14/2025
 
Point of Contact
Scott E. Hendrix, Kenneth J. Eshom
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the Invitation for Bid (IFB). 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. It is anticipated that this project will be solicited in mid-December 2024. All dates are tentative and for planning purposes only. The North American Industry Classification System (NAICS) code for this project would be 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 shall be a Total Small Business Set-Aside. The solicitation will be an Invitation for Bid (IFB). This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice. 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. 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb27df4b3a264ec49fc679f9c20a00e2/view)
 
Place of Performance
Address: Fargo, ND, USA
Country: USA
 
Record
SN07316450-F 20250119/250117230100 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.