Control of Aquatic Invasive Plant Species, East Brimfield Lake, Fiskdale, Massachusetts
ID: W912WJ25QA008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting contractors for the control of aquatic invasive plant species at East Brimfield Lake in Fiskdale, Massachusetts. The project requires the application of Granular Fluridone herbicide to manage Fanwort and Eurasian Milfoil across approximately 43 acres, with an option to treat an additional 8 acres, along with conducting a post-treatment survey and providing a detailed report on the effectiveness of the treatment. This initiative is part of the federal commitment to manage aquatic ecosystems and engage small businesses in environmental conservation efforts. Interested contractors must be registered in the System for Award Management (SAM) and comply with safety and reporting requirements, with the project expected to conclude by October 2025. For further inquiries, contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.

    Point(s) of Contact
    Files
    Title
    Posted
    The document focuses on the management of aquatic herbicide treatments in designated areas, as indicated by Figure 1, which outlines the specific treatment zones. Furthermore, Figure 2 provides a bathymetric map of Long Pond and East Brimfield Lake, highlighting the underwater topography critical to understanding the ecological context for herbicide application. The emphasis on these visual aids suggests a strategic approach to the environmental management of aquatic habitats. This information is likely intended for stakeholders involved in water resource management and conservation efforts, aligning with federal and state RFPs related to environmental protection and ecological restoration. The document underscores the importance of targeted herbicide use to maintain aquatic ecosystems while considering the geographical and hydrological features of the treatment areas.
    The Women-Owned Small Business (WOSB) solicitation seeks contractors to perform aquatic herbicide treatments at East Brimfield Lake in Fiskdale, Massachusetts, primarily targeting invasive plant species such as fanwort and Eurasian milfoil. The contract includes the coordination of permit applications and applying a systemic herbicide—Granular Fluridone—across approximately 43 acres, with an option to treat an additional 8 acres. Key tasks involve conducting pre-work assessments, ensuring compliance with safety regulations, and submitting a Chemical Efficacy Report post-treatment. Contractors must hold an active registration in the System for Award Management (SAM) and adhere to various safety and reporting requirements throughout the project's duration, expected to last until October 2025. The document outlines specific guidelines for bid submission, site visits, and payment terms, along with mandatory certifications in safety and pesticide application. This initiative demonstrates the commitment of the U.S. Army Corps of Engineers to manage and control aquatic invasive species while engaging small businesses in federal contracting opportunities.
    Similar Opportunities
    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.
    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.
    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.
    Aquatic Plant Control at Raystown Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking vendors for aquatic plant control services at Raystown Lake for the growing seasons from 2026 to 2030. The contractor will be responsible for applying herbicides to twelve designated sites covering a total of 83.5 acres, as well as collecting samples to assess herbicide concentration levels and documenting the effectiveness of treatments on targeted species. This procurement is crucial for maintaining the ecological balance and recreational quality of Raystown Lake. Interested parties should direct inquiries to Clark Miller or Brian Richardson via email, and are encouraged to monitor the notice for any updates or amendments, as this is a Sources Sought Notice and not a formal solicitation.
    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.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Chelated Copper Algaecide
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking sources for the procurement of Chelated Copper Algaecide (Bulk Liquid) for the Washington Aqueduct. This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract that complies with ANSI/AWWA Standard B602 and is certified to meet NSF/ANSI Standard 60, with a five-year ordering period anticipated. Chelated Copper Algaecide is crucial for water treatment processes, ensuring the maintenance of water quality and safety. Interested vendors can reach out to Brandi Dupree at brandi.a.dupree@usace.army.mil or call 410-962-0017 for further details regarding this opportunity.
    Maintenance Dredging, Wareham Harbor, Wareham, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for maintenance dredging at Wareham Harbor in Wareham, Massachusetts. This project aims to ensure navigable waterways by removing sediment and debris, which is crucial for maintaining safe and efficient maritime operations. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local and small-scale contractors in federal projects. Interested parties can reach out to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255 for further details regarding the solicitation process.
    Mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site, Attleboro, Massachusetts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is soliciting proposals for a Firm-Fixed Price service contract focused on mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site in Attleboro, Massachusetts. The project aims to address contamination issues stemming from a former electroplating facility, which operated from 1940 to 2007, by implementing remediation strategies including the use of zero-valent iron to reduce hexavalent chromium in groundwater before it discharges into nearby Bliss Brook. This procurement is set aside for small businesses under the NAICS Code 562910, and interested parties should contact Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further details. The contract is expected to be awarded following a thorough evaluation process, with specific deadlines to be communicated in the solicitation documents.