MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
ID: 140FS325Q0074Type: Solicitation
AwardedJun 5, 2025
$20.3K$20,250
AwardeeSTERILECO LLC 1402 COMMERCE AVE Indianapolis IN 46201 USA
Award #:140FS325P0135
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Pesticide and Other Agricultural Chemical Manufacturing (325320)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL FERTILIZATION/SPRAYING (F001)

Set Aside

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

    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 merenica_banks@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for aerial herbicide spraying to manage aquatic invasive and pest plants in the Sam D. Hamilton Noxubee National Wildlife Refuge, Mississippi. The project targets specific species, including American Lotus and alligator weed, with spraying scheduled between June 15 and September 1, 2025, during weekdays and standard business hours. The contractor will supply a helicopter and all operational necessities while the government provides the herbicides. Key responsibilities include equipment performance, adherence to legal standards, and preventing chemical drift. The contractor must ensure effective communication, manage on-site operations with an English-speaking supervisor, and submit shapefiles of areas treated upon completion. The government’s role includes briefing the contractor, providing mapping resources, and overseeing compliance. Special operating conditions stipulate suspension of activities due to adverse weather. The document emphasizes the importance of proper equipment inspection, contractor accountability, and maintaining operational safety while highlighting the collaborative effort required between the contractor and government officials. This RFP reflects a structured approach to invasive species control within federal wildlife management initiatives.
    The document outlines Solicitation Number 140FS325Q0074 for a contract regarding herbicide aerial application at Noxubee National Wildlife Refuge (NWR). The contract specifies one line item for the application covering a total of 300 acres. It includes a price schedule, emphasizing the requirement for offers to conform to established solicitation documents. Offerors must provide unit prices and total prices for base and option line items; errors in calculations will defer to unit prices. The solicitation emphasizes the importance of adhering to these criteria to avoid having proposals deemed unacceptable. Prices submitted are valid for 30 days, ensuring timely responses for the federal procurement process, indicative of government efforts to manage natural resources effectively while maintaining compliance with procedural regulations. The document serves as an official solicitation, inviting bids for the necessary aerial herbicide application services.
    This document outlines the requirements for submitting past experience and references as part of the RFQ/Solicitation #140FS325Q0074 process. Bidders must detail up to four relevant contracts that demonstrate their experience and capabilities in performing duties similar to the Scope of Work specified. Each entry must include contract type, number (if applicable), value, agency or firm served, contact information, and a brief description of duties performed. The information collected will be used to assess the past performance of the bidders, critical for their consideration. Bidders must submit their completed forms by the specified due date to the provided email address. This document serves an essential purpose in federal contract procurement, ensuring that only those with proven relevant experience are considered for the work.
    The document appears to be a fragmented and corrupted government file, likely related to Request for Proposals (RFPs) or grants within the federal and state/local context. While the original content is obscured, the underlying theme involves a project initiative or proposal that aims to secure funding or resources for specific governmental services, programs, or infrastructure improvements. Essentially, these documents typically outline the scope of work, eligibility criteria, and evaluation processes necessary for applicants seeking financial assistance. They usually describe the target objectives, provide guidelines for submission, and stipulate the compliance requirements that applicants must meet to qualify for funding. Further, it is crucial for the entities involved in public service and development sectors to engage adequately with such proposals to ensure alignment with regulatory frameworks and community needs. This document serves as a vital element in facilitating the allocation of government resources effectively. Given the blurred nature of the text, certain specifics like deadlines or precise requirements are lost, indicating the importance of preserving digital document integrity in governmental communication.
    The document outlines a Request for Quotations (RFQ) from the U.S. government, specifically for the procurement of herbicides for aerial application at the FWS Noxubee National Wildlife Refuge. The solicitation, designated as 140FS325Q0074, targets small businesses and employs the FAR Part 13 simplified acquisition procedures. Bidders are required to submit detailed offers, including past performance references, price schedules, and technical capabilities, by May 6, 2025. The evaluation will be based on technical capabilities, price, and past performance. Successful bidders must prove their qualifications, including adherence to safety standards and proof of relevant licenses. The RFQ mandates compliance with various contractual clauses related to federal regulations and provides specific procurement guidelines to ensure the government receives optimal service. It emphasizes the government’s intent to award a contract to the most advantageous offer considering price and additional factors, aiming for efficient and accountable service delivery while supporting small businesses in environmental management efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    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.
    Jackson Hole Levee Vegetation Spraying
    Dept Of Defense
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.