Milfoil Aquatic Herbicide Treatment Services, Franklin Falls Dam, Franklin, NH
ID: W912WJ25QA004Type: Presolicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 14, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking contractors for Milfoil Aquatic Herbicide Treatment Services at the Franklin Falls Dam in Franklin, New Hampshire. The contractor will be responsible for providing all necessary materials, equipment, and labor to apply a systematic aquatic herbicide to control variable milfoil across approximately 17 acres along the Pemigewasset River. This service is crucial for maintaining the ecological balance and water quality in the area, and may include additional water testing and reporting based on initial treatment results. The solicitation is expected to be available on or about March 31, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
Maps Uploaded
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide herbicide application services for invasive plant control in Southern Lane County, Oregon, as part of the Willamette Valley Project. The contract involves managing approximately 234.2 acres across 14 parcels, focusing on the treatment of invasive species to protect native ecosystems and endangered species. This initiative is crucial for maintaining ecological balance and adhering to federal environmental regulations. Interested contractors should submit quotes to Raymie Briddell and Darrell Hutchens by April 23, 2025, with a total contract value of $22 million and services expected to commence between June 1, 2025, and May 31, 2026.
MS NOXUBEE NWR HERBICIDE TREATMENT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking bids for herbicide treatment on approximately 753 acres at the Sam D. Hamilton Noxubee National Wildlife Refuge in Mississippi. This procurement is set aside for small businesses under NAICS code 325320, focusing on the application of pesticides while adhering to environmental regulations and ensuring the protection of non-target species. The contract requires comprehensive management of herbicide application, including reporting and compliance, with deliverables such as treatment reports and proof of regulatory adherence. Interested contractors must submit their quotes by April 28, 2025, and can contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further information.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
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.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
Santa Rosa Vegetation Removal
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a firm, fixed-price contract for vegetation removal services at the Santa Rosa Dam in New Mexico. The contract involves a combination of herbicide application and mechanical removal of invasive plant species across approximately 25 acres, aimed at maintaining the dam's stability and safety while adhering to strict environmental standards. This initiative is crucial for preserving the ecological health of the dam area and ensuring compliance with federal regulations regarding pesticide use. Proposals are due by 5:00 PM on May 7, 2025, and interested contractors should contact MAJ Matthew Nulk at matthew.nulk@usace.army.mil or 505-342-3449 for further information.
LAERF Pond Cleanup & Valve Repair
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors to perform pond cleanup and valve repair services at the Lewisville Aquatic Ecosystem Research Facility (LAERF) in Texas. The project involves clearing ten existing ponds of debris, repairing three-way valves, and addressing additional maintenance tasks for five more ponds and drainage ditches, all crucial for supporting research on invasive aquatic species. This procurement emphasizes environmental management and operational efficiency, with a focus on compliance with federal regulations. Interested contractors must submit their quotes by May 5, 2025, and can direct inquiries to Sonia Boyd at sonia.j.boyd@usace.army.mil or by phone at 601-751-0822.
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.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for environmental services and remedial action operations at the former Fort Devens and the Sudbury Training Annex in Massachusetts. The contract, valued at $25 million, aims to address contamination issues under the Base Realignment and Closure (BRAC) Program, focusing on long-term monitoring, operations and maintenance, and remedial actions for various environmental contaminants, including per- and polyfluoroalkyl substances (PFAS). This procurement is critical for ensuring compliance with federal environmental regulations and safeguarding public health in the affected communities. Interested contractors can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the contract expected to span five years from the award date.