Carr Creek Lake Herbicide Contract (2025 only)
ID: W912QR25QA033Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Landscaping Services (561730)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 5:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a herbicide application contract at Carr Creek Lake in Knott County, Kentucky, specifically for the year 2025. The contractor will be responsible for providing all necessary materials, labor, and management to ensure effective herbicide application across multiple designated sites, adhering to strict environmental guidelines and federal regulations. This project is crucial for maintaining ecological balance and preventing contamination in water bodies, emphasizing the government's commitment to sustainable land management practices. Interested small businesses must submit their quotes electronically by April 23, 2025, following a mandatory site visit on April 16, 2025, and can direct inquiries to Justin McPherson at justin.m.mcpherson@usace.army.mil or by phone at 502-315-7057. The total funding amount for this contract is $9.5 million, with a focus on engaging small businesses under the SBA set-aside program.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 9:11 PM UTC
The U.S. Army Corps of Engineers is seeking contractor proposals for a herbicide application project at Carr Creek Lake in Kentucky. The contractor is responsible for providing all necessary materials, labor, and oversight in compliance with federal regulations. Key tasks involve application of herbicides to specified areas, ensuring a 100% kill rate, while adhering to strict environmental guidelines to prevent contamination near water bodies. Contractors must develop detailed safety and work plans, provide proof of required certifications, and maintain a high standard of performance under supervision. The project includes multiple treatment sites with distinct application schedules, necessitating invoicing upon completion of each treatment phase. A pre-work conference will be conducted to discuss plans and compliance requirements. The Corps reserves the right to cancel work if costs exceed funding, emphasizing accountability and effective management throughout the contract duration. The document outlines specific work conditions, timelines, and safety provisions to ensure the successful execution of herbicide applications.
Apr 11, 2025, 9:11 PM UTC
The document outlines a Price Breakout Schedule for herbicide application services related to the U.S. Army Corps of Engineers at Carr Creek Lake in Sassafras, Kentucky. It identifies Jesse Saylor as the Technical Representative for the contract. The work is divided into a base item and several optional items categorized under Contract Line Item Numbers (CLIN). The primary task under CLIN 0001 involves applying herbicide at Shingle Branch, with additional options for treatments at various other locations including Damsite Right Abutment, Defeated Creek Sediment Dam, Littcarr Sediment Dam, Marina, Smith’s Branch, Deerlick Branch, and Littcarr. Each CLIN specifies a quantity of 2 jobs, necessitating price submission for the base task as well as the optional tasks. The structure invites contractors to detail unit prices and total costs for each specified location, culminating in an overall project total. The document serves as a formal bid invitation for contractors to offer their pricing for selected herbicide application services, emphasizing the need for attention to environmental management in government operations. This reflects broader federal initiatives regarding land and resource management in public spaces.
Apr 11, 2025, 9:11 PM UTC
The document outlines instructions for bidders involved in a federal solicitation, specifically utilizing the ProjNet system for inquiries concerning proposal submissions. Bidders must not submit their proposals through ProjNet but are encouraged to use it for technical questions or clarifications about the bidding process. To access ProjNet, users need to register using a specified Bidder Inquiry Key and provide personal information, including a secret question for future logins. Bidders can submit inquiries up until five days before the solicitation closing date, with responses provided by the government within two days of that closing. It also emphasizes that bidders should thoroughly read the specifications before submitting new questions, promoting efficient communication through ProjNet's call center and systems. Overall, the document serves to facilitate clear communication between the government and bidders ensuring adherence to procedural guidelines in federal procurement.
Apr 11, 2025, 9:11 PM UTC
The document outlines a solicitation for a contract specifically aimed at Women-Owned Small Businesses (WOSB) and is part of a broader initiative by the federal government to provide contracting opportunities to small businesses. The primary focus is on a herbicide application project at Carr Creek Lake in Kentucky, with a total awarded amount of $9,500,000. The contractor will be responsible for supplying materials and equipment necessary for herbicide application across multiple sites, ensuring all work meets specifications and regulations. The solicitation includes detailed instructions on proposal submissions, including key dates for offers and contact information for queries. It highlights compliance requirements related to federal acquisition regulations (FAR), contractor qualifications, and positions on subcontracting. Additionally, the solicitation incorporates clauses related to specific operational standards, labor laws, and environmental protections pertinent to government contracts. This initiative underscores the government's efforts to engage small businesses and enhance local economies through targeted procurement practices and sustainable environmental management initiatives.
Apr 11, 2025, 9:11 PM UTC
This Request for Quote (RFP) outlines the procurement process for herbicide services at Carr Creek Lake, located in Knott County, Kentucky. The contractor is responsible for providing all necessary materials, labor, and management to execute the project in compliance with federal regulations and industry standards. The opportunity is set aside exclusively for small businesses under NAICS code 561730, with a size limit of $9.5 million. Pricing will be determined based on the lowest bid submitted. A mandatory site visit is scheduled for April 16, 2025, to allow contractors to assess the project conditions. Quotes must be submitted electronically by April 23, 2025. All participants must register in the System for Award Management (SAM) prior to contracting, ensuring transparency and compliance in government procurement. The award process emphasizes due diligence in planning and execution, requiring proof of liability insurance and state licensing for herbicide application. The nature of the project highlights the government’s efforts to engage small businesses while ensuring effective environmental management at public sites.
The document outlines the Wage Determination No. 2015-4707 under the Service Contract Act by the U.S. Department of Labor, providing minimum wage requirements for federal contracts in Kentucky. Employers must pay at least $17.75 per hour for contracts effective from January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates are specified. The document details hourly wage rates for various occupations, such as administrative support, automotive services, and healthcare, with stipulations for fringe benefits, paid sick leave, and uniform allowances. Additionally, it emphasizes annual adjustments for minimum wage rates and compliance mandates for contractors regarding paid sick leave. The information serves to ensure fair wages for service employees under federal contracts, promoting labor standards and protections as outlined in relevant executive orders. Compliance with these wage determinations is essential for contract execution, contributing to worker rights and economic equity in public sector employment.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Herbicide Spraying for USACE Philadelphia District Field Sites
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is soliciting bids for herbicide spraying services across five flood control projects and the Chesapeake and Delaware Canal, with a total estimated contract value of $9,500,000. The primary objective is to manage unwanted woody vegetation and invasive species to ensure the integrity of earthen structures and facilitate navigation along the canal. This contract, categorized as a Firm Fixed Price service agreement, will run from June 1 to July 31, 2025, and requires contractors to provide all necessary manpower, equipment, and materials while adhering to federal and state pesticide regulations. Interested parties should submit their quotes via email to the designated contacts, Connor Struckmeyer and Brandon Mormello, and are encouraged to monitor the SAM.gov website for updates and additional information regarding the solicitation.
Maintenance of Boundary Line - Green River Lake
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the maintenance of boundary lines at Green River Lake in Campbellsville, Kentucky. The project involves inspecting and marking government fee boundary lines in Taylor and Adair counties, with contractors responsible for providing personnel, tools, and transportation, while the government will supply boundary sleeves and placards. This contract, valued at approximately $9.5 million, is set aside for small businesses under the NAICS code 561730 (Landscaping Services) and must be completed by March 30, 2026. Interested contractors should contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further details and ensure compliance with wage determinations and federal contracting regulations.
Buckhorn Tailwater Stabilization
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the Buckhorn Tailwater Stabilization project in Buckhorn, Kentucky. This project aims to repair approximately 500 feet of streambank along Squabble Creek, which has suffered severe erosion due to a flood event in 2022, affecting adjacent camper pads and campground infrastructure. The scope of work includes regrading the streambank, installing rip rap stone protection, and making various repairs to campsites and the campground road, with a focus on environmental protection due to the presence of endangered species. The contract is set aside for small businesses, with an estimated value between $500,000 and $1,000,000, and bids are due by May 8, 2025, at 10:00 AM ET. Interested contractors should contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545 for further details.
Buckhorn Tailwater Streamline Erosion
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
CT-FWS STEWART B MCKINNEY-PESTICIDE
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for herbicide application services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, under solicitation number 140FS325Q0066. The primary objective is to control invasive swallow-wort species through a targeted chemical treatment over a 4.18-acre area, with the goal of reducing its coverage by 30% during two application phases in 2025. This initiative is crucial for restoring native plant habitats and supporting local wildlife, aligning with broader environmental management efforts. Interested small businesses must submit quotes by April 25, 2025, following a mandatory site visit on April 23, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.
Schafer Dam, Success Lake - Weed and Pest Control Base + 4
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for weed and pest control services at Schafer Dam, Success Lake, located in Porterville, California. The contract requires the contractor to provide all necessary labor, materials, supplies, permits, licenses, equipment, and supervision to effectively manage weed and pest control in accordance with specified guidelines, with a focus on maintaining public health and safety. This service is crucial for the management of recreational areas and environmental health, ensuring that the facilities remain safe and accessible for public use. Interested small businesses must submit their proposals by April 29, 2025, and are encouraged to attend a site visit on April 10, 2025, for further insights into the project requirements. For inquiries, contact Luis Valencia at luis.a.valencia@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
Eastman Lake Herbicide and Rodent Control
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for herbicide spraying and rodent control services at Eastman Lake in Raymond, California. The contract requires the selected contractor to manage vegetation and rodent populations through biannual herbicide applications and rodent control measures, adhering to strict safety and regulatory standards set by the U.S. Army Corps of Engineers. This project is critical for maintaining public safety and protecting infrastructure, with a contract duration of one base year and four optional years. Interested small businesses must submit their proposals by May 8, 2025, and can direct inquiries to La Chad Jefferson or Raymond R. Greenheck via the provided email addresses or phone numbers.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
Barren River Lake Hydraulic Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.