LAND OBSTRUCTION REMOVAL AND DISTURBED LAND REVEGETATION
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS) is soliciting quotes for Land Obstruction Removal and Disturbed Land Revegetation services in South Dakota. This Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract will support easement restoration and emergency watershed protection efforts. Quotes are due May 28, 2026, at 12:00 PM ET.
Scope of Work
The contractor will provide comprehensive services including:
- Obstruction Removal: Clearing rock piles, woody vegetation, debris, junk, and old materials.
- Land Clearing: Preparing areas such as shelterbelts and moderate-density woodlands.
- Revegetation: Procuring and installing a specified "Border Mix" seed in disturbed areas, including seedbed preparation. Detailed specifications are provided for clearing, grubbing, stripping, excavation, salvaging and spreading topsoil, and seeding (Attachments 4-9). All work must comply with Wetland Reserve Plan of Operations, ACEP Manual, SD job plans, and the Field Office Technical Guide SD.
Contract Details
- Contract Type: Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ).
- Duration: One base year (June 1, 2026 - May 31, 2027) with four one-year option periods, totaling a maximum of five years (through May 31, 2031).
- Set-Aside: UNRESTRICTED.
- NAICS: 115112 (Size Standard: $9.5 million).
- Place of Performance: South Dakota. Offerors must be physically located in South Dakota with offices and qualified employees.
Submission & Evaluation
- Questions Due: May 21, 2026, 12:00 PM ET.
- Quotes Due: May 28, 2026, 12:00 PM ET.
- Submission: Via email to paige.appelt@usda.gov and kristina.baker@usda.gov.
- Evaluation: Lowest Price Technically Acceptable (LPTA). The lowest priced technically acceptable offer will be selected.
- Evaluation Factors: Technical Approach, Key Personnel, Price, Location (South Dakota-based), and Past Performance.
- Past Performance: Requires 2-5 examples of similar obstruction removal work in eastern South Dakota within the last five years.
- Pricing: Bidders must complete Attachment 2 (Pricing Schedule) for all line items. Service Contract Labor Standards (SCA) apply, with wage determinations in Attachment 3.
Special Requirements
Contractor personnel must be qualified, fluent in English, physically fit, and execute non-disclosure statements. A Project Manager with specific experience is required. Compliance with all Federal, State, and local laws, including OSHA safety regulations and security requirements, is mandatory. Offerors must obtain all necessary permits and coordinate activities with the Contracting Officer's Representative (COR) and landowners.