SOLICITATION NOTICE
F -- Woody Invasives Control & Prairie Planting at McNally Boat Landing - Winona County, MN
- Notice Date
- 8/16/2024 2:04:36 PM
- 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
- W912ES24Q0121
- Response Due
- 8/30/2024 9:30:00 AM
- Archive Date
- 09/14/2024
- Point of Contact
- John P Riederer, Phone: 6512905614, Kenneth J. Eshom
- E-Mail Address
-
John.P.Riederer@usace.army.mil, kenneth.j.eshom@usace.army.mil
(John.P.Riederer@usace.army.mil, kenneth.j.eshom@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers - St. Paul District seeks a Contractor to carry out a wood invasive plant species control project on approximately 34.5 acres of USACE-owned land across three treatment areas in Winona County, Minnesota. Services to be rendered include�initial mechanical and chemical control and follow-up chemical control of established woody invasive plants as well as prairie establishment and enhancement. The management objective of the project is to establish control over the dense populations of woody invasives in the area. The establishment of new prairie and enhancement of remnant prairie is included as well. The contractor must employ an on-site lead with the professional qualifications listed in the solicitation SOW, which include: Bachelor of Science degree in Biology, Ecology, Forestry or Natural Resource Management Documentation of managing field crews on projects totaling at least 50 acres of woody invasive species�control and native prairie establishment and/or restoration in the Midwestern United States�within the past three years. A Minnesota Commercial herbicide applicators license (or reciprocity) Initial Control of Areas 1, 2 and 3 (34.56 acres) using Mechanical and Chemical Control will take place between September 30, 2024 and March 31, 2025.� Subsequent Follow-Up Control treatments and the Prairie Seeding of Areas 2 and 3 are Options exercisable at the discretion of the Government.� The following must be submitted with the quote: Pricing Schedule (including Unit [per acre] pricing) Certified applicator list, with copies of certification credentials On-site lead qualifications, with documentation of education and documentation of experience Quotes that do not have these documents will be treated as non-responsive.� PLEASE E-MAIL ALL QUESTIONS to John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil�at least two business days prior to solicitation close to allow response time. Please copy Contracting Officer Kenneth Eshom (Kenneth.J.Eshom@usace.army.mil) on the email. This is a 100% Small Business Set-Aside solicitation. NAICS Code: 561730 Size Standard: $9.5 million It is preferred that the quote is e-mailed to: John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil OFFEROR SHALL BE REGISTERED IN SAM (System for Award Management) https://www.sam.gov to include the FAR and DFARS Reps and Certs sections with the NAICS code applicable to the solicitation. Quotes must be RECEIVED no later than the Offer Due Date/Time listed in the SAM.gov solicitation posting. Quotes received after the deadline are considered late, and may not be considered for award. Quotes must include specific acknowledgement of all amendments to the solicitation (if any).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b132157f05484ff692b1069a66be68ca/view)
- Place of Performance
- Address: Winona, MN 55987, USA
- Zip Code: 55987
- Country: USA
- Zip Code: 55987
- Record
- SN07173669-F 20240818/240816230111 (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 |