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 in Crane, Indiana. The project involves updating landscaping at buildings 38, 3173, 3330N, 3330S, and 3330C, focusing on low-maintenance solutions and aesthetic enhancements while adhering to federal, state, and local regulations. This initiative is crucial for maintaining the facilities' appearance and safety, with specific tasks including the removal of old landscaping, installation of new materials, and compliance with safety standards. Interested vendors must submit their offers via email to jenae.l.burkhart.civ@us.navy.mil by April 21, 2025, at 12:00 PM Eastern Time, as the solicitation is set aside for small businesses under FAR 19.5.
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 soliciting bids for the renovation of office spaces B-3330W Rooms 129 and 132 at the Naval Support Activity in Crane, Indiana. The project entails comprehensive construction activities, including the removal of existing flooring and furniture, installation of new drywall, HVAC systems, and the procurement and installation of new office furniture, aimed at creating an improved workspace for a branch manager. This procurement is set aside for small businesses, with an estimated project value between $100,000 and $250,000, and requires contractors to attend a mandatory site visit on April 9, 2025, with proposals due by April 18, 2025, at 4:00 PM Eastern Time. Interested parties should contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil for further details and to confirm attendance at the site visit.
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.
Control of Aquatic Invasive Plant Species, East Brimfield Lake, Fiskdale, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors to perform aquatic herbicide treatments at East Brimfield Lake in Fiskdale, Massachusetts, targeting invasive plant species such as fanwort and Eurasian milfoil. The project requires the application of Granular Fluridone across approximately 43 acres, with an option to treat an additional 8 acres, along with conducting a post-treatment survey to evaluate the effectiveness of the herbicide and provide future management recommendations. This initiative underscores the importance of managing aquatic invasive species to protect local ecosystems, while also promoting engagement with small businesses in federal contracting opportunities. Interested contractors must hold an active registration in the System for Award Management (SAM) and comply with safety and reporting requirements, with the project expected to continue until October 2025. For further inquiries, contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
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.
Carr Creek Lake Herbicide Contract (2025 only)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a herbicide application contract at Carr Creek Lake in Knott County, Kentucky, specifically for the year 2025. The contractor will be responsible for providing all necessary materials, labor, and management to ensure effective herbicide application across multiple designated sites, adhering to strict environmental guidelines and federal regulations. This project is crucial for maintaining ecological balance and preventing contamination in water bodies, emphasizing the government's commitment to sustainable land management practices. Interested small businesses must submit their quotes electronically by April 23, 2025, following a mandatory site visit on April 16, 2025, and can direct inquiries to Justin McPherson at justin.m.mcpherson@usace.army.mil or by phone at 502-315-7057. The total funding amount for this contract is $9.5 million, with a focus on engaging small businesses under the SBA set-aside program.
Dworshak Treatment of Noxious and Pest Weeds
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors to provide non-personal services for the treatment of noxious and pest weeds on lands surrounding Dworshak Dam and Reservoir in Idaho. The contract involves chemical and mechanical treatments targeting various invasive weed species across approximately 168 acres, with specific requirements for herbicide application and adherence to safety and environmental regulations. This initiative is crucial for managing natural resources and ensuring the ecological integrity of the area, which supports recreational activities and public safety. Interested contractors must possess a valid Idaho State Professional Pesticide Applicator’s License and submit proposals by the deadline, with the performance period set from May 1 to August 31, 2025. For further inquiries, contact Gregory Moyer at Gregory.Moyer@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.