Control Undesirable Vegetation at Five Reforestation Sites on U.S. Army Corps of Engineers Property Between Ellswowrth, WI and Ferryville, WI for USACE, St. Pau...

expired opportunity(Expired)
From: Federal Government(Federal)
W912ES-18-T-0075

Basic Details

started - 25 May, 2018 (about 5 years ago)

Start Date

25 May, 2018 (about 5 years ago)
due - 30 May, 2018 (about 5 years ago)

Due Date

30 May, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
W912ES-18-T-0075

Identifier

W912ES-18-T-0075
Department of the Army

Customer / Agency

Department of the Army
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Army Corps of Engineers St. Paul District, located in St. Paul, MN is soliciting quotes for application of herbicides to control undesirable vegetation at five (5) forest management locations on Army Corps of Engineers (COE) property totaling up to approximately 45.9 acres in Pierce, Buffalo, La Crosse, Vernon and Crawford counties in Wisconsin. Four of these areas (Pool 5 Dredging, WKTY, Goose Island and Capoli Islands) are within the Upper Mississippi River National Fish and Wildlife Refuge and are co-managed with the U.S. Fish and Wildlife Service (USFWS). In the Statement of Work (SOW), undesirable vegetation is defined as any vegetation that competes with regenerating forest trees for growing space, water and nutrients. (See attached Statement of Work.) Site visits are encouraged to inspect/view the sites where the work will be performed before quoting. The contractor will carry liability insurance that will cover the application of herbicides as defined in the
specification. This solicitation #W912ES-18-T-0075 is issued 100% as small business set-aside in accordance with FAR 19. Contractor must quote all sixteen (16) line items to be considered for award, (Line Item 0001 through 0016.) The resultant contract will be a Firm-Fixed Price contract. The associated NAICS code is 115310 with a size standard of $7.5 million. The contractor shall meet and perform all specifications listed in the Statement of Work (SOW). Applications shall start on 01 JUNE 2018. Offeror must be registered in SAM (System for Award Management), including filling in the Representation and Certification section prior to award. The SAM website is located at http://www.acquisition.gov. There is no charge to register in SAM. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Email responses are the preferred method to submit quotes; however, quotes may also be faxed to Attn: Deborah Lawrence at fax number 651-290-5706. The full solicitation #W912ES-18-T-0075 with clauses can be obtained by clicking on the Solicitation (SF 1449) link of this announcement. The Statement of Work (SOW) is a separate link of this announcement. The solicitation package may also be requested via email at Deborah.a.lawrence@usace.army.mil. All requested information in the Notes to Offeror Section of the solicitation must be supplied with your quote. Phone inquiries or requests for information will not be honored. This notice closes on 30 MAY 2018 at 2:00 p.m., CDT. Contact Information: Deborah A Lawrence, Purchasing Technician, Phone 651-290-5410, Fax 651-290-5706, Email deborah.a.lawrence@usace.army.mil - Kevin P. Henricks, Contracting Officer, Phone 6512905414, Fax 651-290-5706, Email kevin.p.henricks@usace.army.mil Office Address :Attn: CEMVP-CT180 East Fifth Street St. Paul MN 55101-1678 Location: USACE District, St. Paul Set Aside: Total Small Business

USACE - St. Paul DistrictNatural Resources Section - Environmental Section1114 South Oak StreetLa Crescent, MNLocation

Address: USACE - St. Paul DistrictNatural Resources Section - Environmental Section1114 South Oak StreetLa Crescent, MN

Country : United States

Classification

NAISC: 115310 GSA CLASS CODE: F