Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2025 SAM #8543
MODIFICATION

F -- Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project

Notice Date
4/15/2025 8:54:58 AM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES25QA016
 
Response Due
5/14/2025 8:00:00 AM
 
Archive Date
04/25/2025
 
Point of Contact
Scott Hendrix, Phone: 6512905406, Kenneth Eshom, Phone: 6512905291
 
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)
 
Awardee
null
 
Description
The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for control of invasive species to aid survival and growth of planted trees on approximately 9.5 acres of Buffalo Slough Island. This island is located in Sturgeon Lake, a backwater lake within the Upper Mississippi River floodplain. The island is part of the tribal ownership of the Prairie Island Indian Community in Goodhue County, MN. The resulting contract will have a period of performance from 06/01/2025 through 07/30/2027.The North American Industry Classification System (NAICS) code for this project will be 561730; Landscaping Services with a size standard of $9.5 Million. The resulting contract shall be a Firm, Fixed-Price contract. The solicitation is a total small business set-aside. The solicitation is a request for quote (RFQ).No CDs 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 offerors 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf4461285993448581761eed74778b45/view)
 
Record
SN07408655-F 20250417/250415230040 (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.