The U.S. Army Corps of Engineers - St. Paul District seeks a Contractor to design, fabricate, deliver, and install a collection of six interpretive outdoor educational panels (i.e. signs) for the District Gull Lake Recreation Area (GLRA) near Brainerd, Minnesota. Panels will cover different Corps’ missions such as recreation, safety, operations, and environment as well as different topics such as environmental, Tribal, and location history. Panels will have a bi and/or tri-lingual information component with English being the primary language, and Dakota and Anishinaabe languages being incorporated throughout. Panel content will be sourced from District websites and Government supplied materials.
The six exterior signs will be installed by the contractor near public pathways at Gull Lake Recreation Area. Contractor will also supply to the Government electronic copies of all content created, which will be displayed on an electronic kiosk. The size of each sign may vary depending on content; however, largest signs shall not exceed 24x60 inches.
Contract work includes a Pre-Work Meeting within 24 days of Contract award. Contractor will provide drafts of the design within 90 days of award. Drafts will be reviewed and returned for revisions. Revised drafts will be reviewed by the Tribal Historic Preservation Office. The Consolidated comments and edits will be sent to the Contractor to incorporate changes into final drafts.
The Six completed outdoor panels documenting the District missions delivered and installed on or before May 19, 2025 by the Contractor at the Gull Lake Recreation Area: 10867 East Gull Lake Drive Brainerd, MN 56401. The Contractor shall also deliver all digital files on or before this date.
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.
This solicitation is Unrestricted - Firms of any size are invited to submit an offer
NAICS Code: 541430
Size Standard: $9,000,000 average annual revenues
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 include the following:
- Proof of competency with Dakota and Anishinaabe languages and cultures, examples of which include: documentation of formal language training, published articles, previous projects, proof of employment as language instructor, letters of competency from tribal authorities
- Recent and Relevent Performance on Similar Projects – should include Point of Contact Information, Performance Dates, Scope of Project, Role your firm played, Contract amount, Language/culture involved
As stated in Provision 52.212-2, Offers will be Evaluated on a Best Value to the Government Basis using the following factors:
- Documented competency with Dakota and Anishinaabe languages and cultures
- Recent and relevent performance on similar projects
- Price
- Past Performance
Quotes that do not include documentation of competency with Dakota and Anishinaabe languages and cultures, and Recent and relevent performance on similar projects will be considered NON-RESPONSIVE and will not be considered for contract award.
AMENDMENT 0003 HAS BEEN POSTED - 9/27/2024
Amendment 0003 extends the solicitation close date to 11:00 AM (Central) on 11 OCT 2024. Offers are welcome from any entity that is fully registered in SAM.gov.
AMENDMENT 0002 HAS BEEN POSTED - 9/18/2024
Amendment 0002 changes the solicitation from a 100% Small Business Set-Aside to Unrestricted. Firms of any size are welcome to submit offers. The solicitation close date has been extended. Please include acknowledgment of this amendment with your quote. The preferred method for acknowledging amendments is to complete blocks 15A, 15B and 15C of the form SF30 and include the first page of the amendment document with your quote submission.