Herbicide Application Services for Stanislaus River Parks, CA
ID: W9123825QA031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for herbicide application services at Stanislaus River Parks in Oakdale, California. The contract, valued at $9,500,000, encompasses a base year and four option years for comprehensive weed control across nine designated recreation areas, requiring the contractor to provide all necessary labor, materials, equipment, and supervision while adhering to federal, state, and local regulations. This procurement is critical for maintaining park safety and aesthetics by managing invasive plant species and ensuring clear fire breaks and access areas. Interested small businesses, particularly Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should direct inquiries to Jessica Padilla at jessica.padilla@usace.army.mil or Charlene Wilson at charlene.wilson@usace.army.mil, with the deadline for questions set at 10 days prior to the proposal submission date.

    Files
    Title
    Posted
    The Stanislaus River Parks Herbicide Services Contract outlines the requirements for herbicide application across nine park sites in Tuolumne, Stanislaus, and San Joaquin Counties, California. The contractor is responsible for providing all labor, materials, equipment, and supervision for herbicide services, adhering to federal, state, and local regulations. Key tasks include weed removal in fire breaks, along fences, road shoulders, parking lots, and around various park facilities such as garbage cans, signs, restrooms, trails, benches, and specific treatment for invasive species like blackberries and poison oak. The contract specifies a work schedule with fall, spring, and secondary post-emergent applications, along with selective treatments. Contractors must comply with licensing, safety, and reporting requirements, including an Accident Prevention Plan and E-Verify for employees. Payment is monthly based on services performed, and the government emphasizes quality assurance through a surveillance plan to monitor contractor performance.
    The document, dated August 15, 2025, pertains to "Herbicide Services for Stanislaus River Parks, W9123825Qa031." It clarifies that the current contract for these services has a total value of $99,849.91. Importantly, the document highlights that the scope of the current requirement differs from that of the upcoming requirement, indicating a potential change in the scale or nature of the services needed for the new contract. This information is crucial for prospective bidders in understanding the financial context of previous contracts and anticipating the potentially modified scope of the new RFP.
    This government solicitation, W9123825QA031, issued by W075 ENDIST SACRAMENTO, outlines a request for proposal (RFP) for herbicide services at Stanislaus River Parks in Oakdale, CA. The contract, with a total award amount of $9,500,000.00, specifies a base year and four option years for weed control services across nine recreation areas: Goodwin Dam, Two-Mile Bar, Knights Ferry, Horseshoe Road, Honolulu Bar, Orange Blossom, Valley Oak, Oakdale, and McHenry Avenue Recreation Areas. Services include fall applications (pre-emergent herbicide), spring applications (post-emergent herbicide), late-season applications (secondary post-emergent herbicide) in specific areas, and selective treatment/random applications for various plant species like Poison Oak and Blackberry. The contractor is responsible for providing all labor, materials, equipment, supplies, permits, transportation, and supervision. A pre-work meeting is required annually. The solicitation is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a NAICS code of 561730.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Jackson Hole Levee Vegetation Spraying
    Buyer not available
    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.
    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.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Mowing Services for Fort Supply 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 mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    FY26 San Francisco District Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Buyer not available
    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.