PA-JOHN HEINZ NWR AT TINICUM-HERBICIDE
ID: 140FS325Q0071Type: Solicitation
AwardedJun 26, 2025
$18K$17,975
AwardeeHELICOPTER APPLICATORS INC 1670 YORK RD Gettysburg PA 17325 USA
Award #:140FS325P0142
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Pesticide and Other Agricultural Chemical Manufacturing (325320)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL FERTILIZATION/SPRAYING (F001)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking qualified vendors to provide aerial herbicide application services at the John Heinz National Wildlife Refuge at Tinicum, targeting invasive plant species such as Phragmites australis and Lythrum salicaria. The project involves aerial spraying over an area of up to 100 acres, requiring vendors to supply all necessary equipment, labor, and materials while ensuring compliance with safety regulations and herbicide label instructions. This initiative is part of the government's broader commitment to invasive species management and environmental preservation, with a focus on minimizing impacts to non-target species during the spraying process. Interested small businesses must submit their quotations by May 30, 2025, and direct any questions to Merenica Banks at merenica_banks@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service is seeking qualified vendors for the aerial application of herbicides to control Phragmites australis and Lythrum salicaria at the John Heinz National Wildlife Refuge in Philadelphia, PA, during the translocation season from August 15 to October 20, 2025. The project requires vendors to provide all necessary equipment and materials, ensure minimum 90% coverage of target areas, and comply with safety regulations and herbicide label instructions. Key chosen herbicides include AquaNeat® and Aquachem90®, with strict protocols for minimizing impacts to non-target species during spraying. Contractors must notify the Project Officer 72 hours before treatment, handle chemicals safely, and submit an application plan that includes spill response measures. The contractor will bear the cost of any necessary reapplications if the 90% coverage target is not achieved. Liability insurance and a valid herbicide applicator's license are mandatory. Inspections will confirm adherence to specifications, and comprehensive post-application documentation will be required. This initiative underscores the agency's commitment to effective invasive species management while ensuring public safety and environmental compliance.
    The document details Solicitation Number 140FS325Q0071 for a federal contract related to aerial herbicide application at the John Heinz National Wildlife Refuge at Tinicum. The contract includes a primary line item for the treatment of up to 100 acres of invasive species, specifically Phragmites and Lythrum, based on surveys scheduled for summer 2025. Offerors must submit bids that conform to the solicitation requirements, including completing a price schedule with both unit prices and total costs. Specific guidelines are provided for pricing calculations and adjustments, emphasizing that errors in summation or unit prices will be corrected in favor of unit pricing. The solicitation underscores the importance of offering a compliant proposal to avoid rejection. This request for proposal (RFP) aligns with federal efforts to manage and control invasive plant species in the refuge, reflecting environmental conservation initiatives.
    The document outlines the requirements for bidders responding to Solicitation #140FS325Q0071, focusing on past experience and references. It necessitates that all bidders provide detailed accounts of up to four relevant contracts or work experiences, similar in scale and complexity to the desired services outlined in the Scope of Work. Each entry requires information such as contract type, number, total value, agency or firm worked for, and contact details of a reference, along with a brief description of duties performed. The document emphasizes the importance of past performance and how it will be evaluated in the bidding process. Bidders must submit their completed forms by the specified deadline to the designated email address, reinforcing the procedural nature of federal solicitations. This solicitation forms part of broader federal RFPs aimed at procuring services that meet government standards and regulatory compliance.
    The government file under review pertains to various federal grant applications and Requests for Proposals (RFPs), aimed at enhancing community service initiatives predominantly at state and local levels. The primary objective is to encourage funding and support for projects that address community needs, encompassing a broad spectrum of areas such as infrastructure development, environmental sustainability, and public health. Key proposals highlighted include allocations for improving municipal facilities, upgrading transportation systems, and enhancing public safety measures. The document outlines eligibility criteria, funding requirements, and outlines the application procedures, stressing the importance of demonstrating community impact and sustainability in project proposals. Furthermore, emphasis is placed on collaboration among governmental agencies and local organizations, promoting a cohesive approach to resource utilization and project execution. Throughout the file, the significance of transparency, accountability, and measurable outcomes in grant spending and project results is maintained. Overall, the document serves as a vital resource for stakeholders seeking federal assistance, providing guidance on how to navigate the complex landscape of government funding opportunities while reinforcing the responsibilities associated with managing public funds.
    The document outlines an amendment to the Request for Proposals (RFP) for aerial herbicide application at the John Heinz National Wildlife Refuge at Tinicum. It primarily communicates the extension of the bid due date to May 20, 2025, at 3 PM EST, while stating that all other terms of the solicitation remain unchanged. The RFP is designated for qualified vendors to provide services for controlling and eradicating invasive plant species, such as Phragmites and Lythrum salicaria, over an area of up to 100 acres using a rotary-wing aircraft. The solicitation follows FAR Part 13 Simplified Acquisition Procedures, with a 100% Small Business set aside under NAICS Code 325320. Vendors must submit their questions by April 30, 2025, and bids by May 6, 2025, with required documentation including a signed solicitation page, references, and a price schedule. Failure to provide complete or correct documentation will result in bids being deemed non-responsive. The document highlights the importance of adherence to submission guidelines to ensure consideration in the procurement process.
    The document pertains to amendment number 0002 of solicitation No. 140FS325Q0071, issued by the United States Fish and Wildlife Service (FWS), specifically for aerial herbicide application at the John Heinz National Wildlife Refuge at Tinicum. The amendment announces an extension of the bid due date to May 30, 2025, at 3 PM EST. It specifies that all other terms and conditions remain unchanged. The solicitation seeks quotes from qualified vendors for aerial spraying to control and eradicate invasive plant species, specifically Phragmites and Lythrum salicaria, across up to 100 acres using rotary-wing aircraft. The document outlines the submission requirements for quotes, including the necessity of completing forms SF18 and SF30, providing past performance references, and ensuring pricing is comprehensive and reasonable. It emphasizes that failure to submit complete documentation will render bids non-responsive. All queries must be directed to the contracting officer, Merenica Banks, by May 28, 2025. This solicitation is designated as a 100% small business set-aside in compliance with FAR Part 13, with the relevant NAICS code being 325320.
    The document outlines a Request for Quotation (RFQ) for aerial herbicide application services at the John Heinz National Wildlife Refuge at Tinicum. The U.S. Fish and Wildlife Service is seeking qualified vendors to perform aerial spraying to control invasive plant species over up to 100 acres, specifically targeting Phragmites and Lythrum salicaria. The RFQ emphasizes that quotations are not offers and the government is not obligated to cover any costs incurred in preparing responses. Key stipulations include the requirement for vendors to provide all necessary equipment, labor, and materials while adhering to the submission deadlines. The acquisition process is set as a 100% small business set-aside under the NAICS code for pesticide and chemical manufacturing. The selection will be based on technical capability, price, and past performance. Participants must register in the System for Award Management (SAM) and submit a comprehensive quote that includes a price schedule and references from similar past projects. Questions regarding the RFQ are due by April 30, 2025, with final quotations required by May 6, 2025. This RFQ reflects the government’s commitment to invasive species management and environmental preservation, while ensuring compliance with federal procurement regulations.
    Lifecycle
    Similar Opportunities
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    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.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors 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.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    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.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    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.
    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.
    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.