HERBICIDE APPLICATION - TX
ID: 140P1325Q0036Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR SANTA FE(12100)SANTA FE, NM, 87504, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- WELL DRILLING/EXPLORATORY (F015)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide herbicide application services for ecosystem restoration at Big Thicket National Preserve in Texas. The project involves applying herbicides over a 99-acre area to target invasive species and restore the Longleaf pine savanna ecosystem, with a goal of achieving over 90% reduction in canopy cover for woody plants under 5 feet tall. This procurement emphasizes eco-friendly practices and compliance with federal regulations, including labor standards and environmental protection measures. Interested contractors must submit their quotes by May 27, 2025, and can contact Samuel Hyslop at samuel_hyslop@nps.gov or 970-880-4482 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The “BITH Herbicide 2025 B” project is initiated for the herbicide treatment of resprouting shrubs and hardwood trees in the Big Sandy Creek Unit of Big Thicket National Preserve, Texas, aiming to restore the Longleaf pine savanna ecosystem. The project will cover 99 acres and targets specific invasive species with a proposed success rate of over 90% reduction in canopy cover for woody plants under 5 feet tall. The contractor is prohibited from using ATVs and aerial application methods; instead, approved herbicides, including Triclopyr, must be used according to the label instructions. The performance period spans 75 days post-award, expected to start around June 17, 2025. Detailed logs of applications and GPS data must be submitted alongside invoices. The contractor must maintain state pesticide licensing and comply with NPS and OSHA regulations. Payment is tied to the successful efficacy of the herbicide application, with payment milestones outlined. A pre-work meeting will ensure proper communication and establish roles, expectations, and site safety measures. This project illustrates federal investment in ecological restoration, mandating strict compliance and oversight to ensure effective implementation and environmental stewardship.
    The document details project sites within the Big Thicket National Preserve in Polk County, Texas, covering three distinct areas: a 9-acre site, a 43-acre site, and a 47-acre site. Each site includes geographic coordinates for precise location identification, linked to associated infrastructure such as Fire Breaks and Access Routes, notably along Farm-to-Market Rd 1276 and Lilly Road. The summary indicates proximity to Livingston, TX, about 18 miles away, and refers to the involvement of various federal and state agencies in environmental monitoring and preservation, highlighting collaboration across multiple entities like NASA, FEMA, and the Texas Parks & Wildlife. The information presented appears to serve potential applicants or stakeholders interested in government RFPs or grants related to land use, conservation, or environmental projects, emphasizing the ecological context and geographical details necessary for project proposals or planning initiatives.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, applicable to contractors in the Texas counties of Angelina, Jasper, Nacogdoches, Polk, Sabine, San Augustine, Shelby, and Tyler. It specifies minimum wage requirements based on contracts awarded after certain dates, referencing Executive Orders 14026 and 13658. For contracts starting on or after January 30, 2022, the minimum wage is $17.75 per hour. The document lists detailed wage rates for various occupations, including administrative support, automotive services, food preparation, and health occupations, along with fringe benefits like health and welfare. It also details requirements for paid sick leave under Executive Order 13706 and outlines the benefits workers are entitled to, including paid vacation and paid holidays. Additionally, it provides guidance on how to handle unlisted job classifications through a conformance process. The comprehensive overview illustrates how federal contracts enforce wage standards and worker protections, critical for ensuring fair compensation in federal contracting.
    The file outlines a Request for Quotations (RFQ) issued by the National Park Service (NPS) for a herbicide application project aimed at ecosystem restoration at Big Thicket National Preserve, Texas. The RFQ requests quotes for the application of herbicides over a 99-acre area, with bids due by May 27, 2025. To qualify, contractors must be small businesses, registered in the System for Award Management (SAM), and possess a Unique Entity Identifier. The contract will follow simplified acquisition procedures with a firm-fixed price structure. Quotes will be evaluated based on price, technical capability, and prior experience, ensuring that responses contain sufficient information for meaningful evaluation. Specific submission guidelines and necessary documents are detailed, such as a Project Narrative and examples of previous work in similar settings. The document also contains standard clauses and provisions relevant to federal contracting, emphasizing compliance with regulations around labor, environmental protection, and telecommunications equipment. Overall, the RFQ emphasizes eco-friendly practices and the government’s commitment to environmental restoration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Noxious Weed Treatment for Chickasaw Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors for a Noxious Weed Treatment project within the Chickasaw Nation boundary in Southern Oklahoma. The objective is to manage approximately 74,000 acres of trust and restricted properties by applying approved herbicides to control the spread of noxious weeds, particularly Musk Thistle, with a target of achieving a 90% weed kill rate. This initiative is crucial for enhancing land productivity and economic value, and the contract is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 561730, with a firm-fixed-price purchase order anticipated for a performance period of 60 days after receipt of order. Interested parties must submit their proposals by December 17, 2025, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Buyer not available
    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.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    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--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.