Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2026 SAM #8809
SOLICITATION NOTICE

F -- FARGO-MOORHEAD FOREST MITIGATION PLANTING

Notice Date
1/6/2026 8:29:19 AM
 
Notice Type
Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES26BA007
 
Response Due
1/29/2026 12:00:00 PM
 
Archive Date
02/13/2026
 
Point of Contact
Scott E. Hendrix, Kenneth 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
***Amendment 0001 removes and replaces Addendum to 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services. 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 a base and option. The base includes development and execution of several plans including planting, maintenance, and invasive species control for approximately 165.4 acres of forest and native prairie. Up to 68.8 of those acres will require the planting and establishment of trees, grasses, and forbs. Approximately 96 acres are existing forest that will require invasive species management. The option adds 10.4 acres of planting, maintenance, and invasive species control to the contract. Planting and establishment of native trees, grasses, and forbs would be required on 4.8 acres. Invasive species control within existing forest preservation areas would be required on 5.6 acres. The services will also include three (3) years of maintenance and monitoring on the 165.4 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 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/workspace/contract/opp/eb179de43fe14765b7f5a568a04ac40b/view)
 
Place of Performance
Address: Fargo, ND, USA
Country: USA
 
Record
SN07678228-F 20260108/260106230031 (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.