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
    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
    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.
    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.
    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.
    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.
    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
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Jackson Hole Levee Vegetation Spraying
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield Center, CT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is issuing a presolicitation notice for Chemical Vegetation Control Services at Mansfield Hollow Lake in Mansfield Center, Connecticut. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform chemical vegetation control across approximately 55 acres, which includes maintenance spraying, spot treatments, and cut stump treatments on various structures and shorelines. This service is crucial for maintaining the ecological balance and safety of the lake area, ensuring that vegetation does not impede structural integrity or recreational use. The solicitation documents will be available online around December 22, 2025, and interested vendors must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be addressed. For further information, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.