Invasive Species Control
ID: N4008524R2596Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for an indefinite delivery/indefinite quantity requirements contract focused on invasive species control at the Naval Support Activity (NSA) Crane in Indiana. The contract entails multiple task orders aimed at managing and treating various invasive species infestations, including Wisteria, Kudzu, and Japanese Stiltgrass, among others, with all contractor personnel required to hold appropriate pesticide application certifications and licenses from the State of Indiana. This initiative is crucial for maintaining ecological balance and protecting native flora, with a total contract value not to exceed $5 million over a potential five-year period, including a 12-month base period and four 12-month option periods. Interested parties should reach out to Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Carrie Grimard at carrie.l.grimard.civ@us.navy.mil for further details.

Files
No associated files provided.
Lifecycle
Title
Type
Invasive Species Control
Currently viewing
Solicitation
Similar Opportunities
Landscaping
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified contractors for a landscaping project at several buildings, including 38, 3173, and 3330, located in Crane, Indiana. The contractor will be responsible for installing landscaping materials such as weed barriers, river rock, and plants, while adhering to federal and military standards, with a focus on safety and environmental compliance. This project aims to enhance the grounds of NSWC Crane, ensuring a well-maintained and aesthetically pleasing environment. Interested vendors must submit their offers via email to jenae.l.burkhart.civ@us.navy.mil by the closing date of April 9, 2025, at 12:00 PM Eastern Time, as this opportunity is set aside for small businesses under FAR 19.5.
Environmental Sampling
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified contractors for an Indefinite Quantity/Indefinite Delivery (IDIQ) contract focused on environmental sampling services at Naval Support Activity (NSA) Crane in Indiana. The contract will encompass a range of services including building and equipment surveys, consultation on hazardous materials, and laboratory analysis, all in compliance with federal, state, and local regulations. This opportunity is particularly aimed at small businesses, including 8(a) firms, Service Disabled Veteran Owned Small Businesses (SDVOSB), Historically Underutilized Business Zone (HUBZone) concerns, and Woman-Owned Small Businesses (WOSB), with a contract term of 12 months and four optional 12-month extensions. Interested parties must submit their Statement of Qualifications by 2:00 p.m. (EDT) on April 7, 2025, to Cynthia VanBibber at cynthia.m.vanbibber.civ@us.navy.mil, with the solicitation expected to be released around April 8, 2025.
MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) – NSWC Crane
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for a Multiple Award Construction Contract (MACC) to support various construction projects in Indiana. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract has an estimated total value of up to $48.7 million, with a minimum firm-fixed-price of $500 for awarded contracts, and emphasizes the importance of small business participation, targeting at least 40% of subcontracted dollars to small businesses. Offerors must demonstrate their technical capabilities, management approaches, and past performance while adhering to specific proposal formatting and content guidelines. Interested parties should contact Aaron Hohl at aaron.m.hohl.civ@us.navy.mil for further details and ensure they are registered in the necessary government systems to participate in this competitive procurement process.
B3330W Office Renovations
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to undertake the renovation of office spaces B-3330W Rooms 129 and 132 at the Naval Support Activity in Crane, Indiana. The project involves comprehensive construction activities, including the removal of existing flooring and furniture, installation of new drywall and HVAC components, and procurement and installation of new office furniture, with an estimated contract value between $100,000 and $250,000. This initiative aims to enhance workspace conditions and improve operational efficiency within the facility. Interested contractors must submit their offers by April 18, 2025, and are encouraged to contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further details and to ensure compliance with all submission requirements.
Utility Tree Trimming Services
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors to provide Utility Tree Trimming Services across various military installations in Virginia. The procurement involves a Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for tasks including grounds maintenance, tree trimming, vegetation removal, stump grinding, and herbicide application, with a focus on ensuring effective vegetation control. This contract is crucial for maintaining the safety and aesthetics of military properties and is set to replace an existing contract that expires on June 30, 2025. Interested contractors must register in the System for Award Management (SAM) and are encouraged to submit proposals following the anticipated release of the Request for Proposals (RFP) around April 17, 2025, with a proposal due date approximately 30 days thereafter. For inquiries, contact Chamel Adams at chamel.r.adams.civ@us.navy.mil.
Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying IDIQ 2025-2030
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is soliciting proposals for the "Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying IDIQ 2025-2030" contract, which is set aside for small businesses. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to provide weed spraying services to control noxious weeds and invasive species on lands managed by the USACE, with a focus on maintaining environmental integrity while promoting small business participation, particularly from Women-Owned Small Businesses (WOSB). The contract will span a period of five years, with a maximum value of $249,000, and proposals are due by April 18, 2025. Interested contractors should contact Brianna Wohlers at Brianna.N.Wohlers@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.
Aquatic Herbicide Treatment for the Control of Variable Milfoil, Hopkinton Everett Lakes, Hopkinton, NH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking qualified contractors for an aquatic herbicide treatment project aimed at controlling variable milfoil at the Hopkinton-Everett Lakes Flood Control Project in Hopkinton, NH. The work involves providing all necessary materials, equipment, and labor to apply a systematic aquatic herbicide over approximately 38 acres, specifically targeting portions of Elm Brook Pool and Drew Lake, with potential options for additional water testing and reporting. This procurement is crucial for maintaining the ecological balance and water quality in the affected lakes. Interested small business vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around April 7, 2025; inquiries during the presolicitation phase will not be addressed, and the applicable NAICS code is 541990 with a small business size standard of $19.5 million. For further information, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
Indefinite Delivery/Indefinite Quantity (IDIQ) contract for VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE AND REPAIR SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic (NAVFACSYSCOM), is seeking contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Vertical Transportation Equipment (VTE) maintenance and repair services at the Naval Support Activity in Crane, Indiana. The contract encompasses both recurring and non-recurring services, including maintenance, repair, alteration, and minor construction for various VTE such as elevators and lifts, adhering to ASME-A17.1 safety standards. This procurement is critical for ensuring the operational safety and reliability of approximately 20 elevators and 8 lifts on the base, with a contract term of 12 months and four optional 12-month extensions, not to exceed 60 months in total. Interested parties should contact Melissa Willis at melissa.willis1@navy.mil or Carrie Grimard at carrie.l.grimard.civ@us.navy.mil for further details.
S--MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. The procurement involves regular mowing and trimming to maintain grass height below three inches from April to November, with a total contract value of $9.5 million and options for renewal over four additional years. This contract is crucial for maintaining the aesthetics and environmental integrity of the refuge, ensuring compliance with federal standards while promoting participation from small businesses, particularly those classified as Indian Small Business Economic Enterprises (ISBEE). Interested bidders must submit their quotations by April 8, 2025, following a site visit on April 1, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
Herbicide Application
Buyer not available
The U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services for the Arkansas River within its operational area in Oklahoma. The procurement involves the transportation and equipment necessary for herbicide application at various locks and dams, including Mayo, Kerr, Webbers Falls, Chouteau, and Newt Graham. This solicitation is a 100% Small Business set-aside, emphasizing the importance of maintaining aquatic environments while managing vegetation. Interested contractors must have an active registration in the System for Award Management (SAM) and provide a valid Pesticide Applicators License with an aquatic category/endorsement from the State of Oklahoma. The solicitation is anticipated to be issued on or about March 21, 2025, and inquiries can be directed to Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079.