ODV Vegetative Management IDIQ
ID: W9127N25R1519Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on vegetation management services in the Willamette Valley and Rogue River Basin Projects. The contractor will be responsible for maintaining Vegetation-Free Zones around 15 interconnected dams, which includes services such as tree and shrub clearing, debris removal, herbicide application, and biological control using goats, all while adhering to strict environmental regulations. This initiative is crucial for ensuring accessibility for surveillance and maintenance of critical infrastructure, supporting federal objectives for environmental stewardship in Oregon. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Joshua Mahon at joshua.d.mahon@usace.army.mil or 503-808-5014 for further details, as the contract spans five years from the award date and emphasizes quality control and safety compliance.

    Files
    Title
    Posted
    The US Army Corps of Engineers (USACE) Portland District has issued a Performance Work Statement (PWS) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for vegetation management services in the Willamette Valley and Rogue River Basin Projects. The contractor will maintain Vegetation-Free Zones around 15 interconnected dams to ensure accessibility for surveillance and maintenance. Services include tree and shrub clearing, debris removal, herbicide application, succession control mowing, and biological control using goats. Work locations will be defined in individual task orders, and the contract spans five years from the award date. Quality control will be critical, with contractors required to meet performance thresholds assessed through various validation methods. Specific herbicides must comply with environmental regulations, and services will be assessed for effectiveness in pest control and vegetation management. The contractor must also maintain comprehensive safety and emergency management plans and comply with federal, state, and local regulations to mitigate environmental impact. The bid process will involve adhering to strict guidelines for mobilization, invoicing, and reporting accidents. The contract emphasizes government oversight, requiring clear communication and coordination between contractors and government representatives throughout the project duration. This initiative supports federal objectives for infrastructure maintenance and environmental stewardship in Oregon.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    GROUNDS MAINTENANCE IN WILLAMETTE VALLEY
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a contractor for grounds maintenance services within the Willamette Valley Project in Oregon, covering locations from Lookout Point Lake to Green Peter Lake. The contract, valued at approximately $9.5 million, includes a base year and four optional years, requiring the contractor to perform tasks such as mowing, trimming, and invasive species management while adhering to safety and environmental standards. This procurement is crucial for maintaining public recreational areas and ensuring compliance with federal, state, and local regulations. Interested parties should contact Jessica Manley at jessica.manley@usace.army.mil for further details and to stay informed about the solicitation process.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services under Request for Quotation W912P925Q0005 for fiscal year 2025. The primary objective of this procurement is to control invasive plant species along the Mississippi and Illinois Rivers, specifically targeting areas within the Riverlands Migratory Bird Sanctuary. This initiative underscores the importance of environmental management and resource restoration, as contractors will be responsible for providing all necessary materials, labor, and supervision while adhering to safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further clarification.
    Willamette NF Detroit RD Snow and Tree Removal
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide snow and tree removal services in the Detroit Ranger District of the Willamette National Forest, Oregon. The procurement aims to clear designated roads of snow and debris to maintain road functionality and support environmental protection efforts, with a performance timeframe set from March 24 to April 18, 2025. This initiative is crucial for facilitating reforestation activities and ensuring accessibility for both passenger and high-clearance vehicles, aligning with broader ecological restoration goals. Interested contractors must submit their quotations by March 19, 2025, and can contact Jared D Machgan at jared.machgan@usda.gov or 458-212-6064 for further information.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for chemical vegetation control services at Mansfield Hollow Lake in Mansfield, Connecticut. The contractor will be responsible for managing vegetation across approximately 50 acres, utilizing state-approved chemicals while adhering to safety, health, and environmental regulations, with a required kill rate of 90% post-treatment. This initiative is crucial for maintaining the ecological balance and functionality of the dam area, reflecting the government's commitment to infrastructure maintenance and environmental stewardship. Interested bidders should contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324 for further details, and must submit their proposals, including accident prevention plans and licenses, by the specified deadlines, with a site visit also required as part of the bidding process.
    Herbicide Application Services for Tenkiller Lake, OK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services at Tenkiller Lake, Oklahoma. This procurement aims to manage vegetation effectively in the area, ensuring the maintenance of the landscape and promoting ecological health. The services are critical for maintaining the grounds and supporting recreational activities at the lake, which is a vital resource for the community. Interested small businesses are encouraged to review the full solicitation, W912BV25Q0028, available at the provided PIEE link, and may contact Lee Maddox at lee.h.maddox@usace.army.mil or 918-669-4393 for further information.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    IDIQ Mowing and Grounds Services - OZARK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for mowing and grounds maintenance services at various sites within the Ozark Field Office Area of Responsibility. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from April 1, 2025, to February 28, 2026, with options for two additional years. The services are crucial for maintaining the aesthetic and functional quality of federal properties, reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their quotes by March 21, 2025, following a site visit scheduled for March 12, 2025, and can contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil for further information.