Water Hyacinth Control, Matthews Brake NWR, MS
ID: 140FS325Q0041Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fred_riley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Mathews Brake National Wildlife Refuge (NWR) in Leflore County, Mississippi, is commissioning an aerial herbicide application project to control water hyacinth from May 15 to July 31, 2025. The contractor is required to use a helicopter for the application over approximately 250 acres, utilizing ProcellaCOR SC herbicide and Methylated Seed Oil surfactant, ensuring compliance with all applicable regulations. Prior to treatment, a mandatory briefing will occur to confirm treatment area details. The contractor is responsible for equipment, labor, herbicide procurement, and ensuring effective drift control to protect non-target areas. The U.S. Fish and Wildlife Service will oversee the process, approving the contractor's plans, providing guidance, and inspecting the site post-treatment to ensure at least 95% kill of targeted vegetation. Complete project responsibilities are specified within the details of the contract, including provisions for potential equipment failure and the removal of objectionable employees. The project's objective is to effectively manage aquatic plants while ensuring environmental safety and regulatory adherence throughout the duration of the contract.
    The Mathews Brake National Wildlife Refuge in Mississippi is seeking proposals for aerial herbicide treatments aimed at controlling water hyacinth. The scheduled period for this project is from May 15, 2025, to July 31, 2025, with a total treatment area of 250 acres. The quote includes a specified unit price per acre, which encompasses all necessary supplies and materials to fulfill the scope of work outlined for this initiative. This government Request for Proposals (RFP) highlights the agency's commitment to managing invasive plant species to maintain ecological balance in the refuge. Proposals submitted must adhere strictly to these stated requirements to be considered for contract awarding.
    The document outlines the wage determination under the Service Contract Act for contracts in specified counties in Mississippi, detailing applicable minimum wage rates and fringe benefits. It specifies that contracts awarded from January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, adhere to Executive Order 13658 with a minimum of $13.30. A comprehensive list of occupations with corresponding wage rates is provided, alongside notes on paid sick leave and health benefits, including specific amounts for health and welfare provisions and vacation entitlements. Additionally, details regarding requirements for uniform allowances, hazardous pay differentials, and the classification of unlisted occupations are included. Overall, this directive serves to ensure fair compensation for workers on government contracts and complies with evolving federal wage standards, emphasizing protection and benefits for employees across various job classifications in the region. It aligns with federal grants and local RFPs by outlining expectations for contractor compliance related to wage rates and employee welfare, reinforcing the government's commitment to maintaining equitable labor standards.
    The Past Experience Questionnaire (140F0922Q0105) is a required document for businesses responding to federal solicitations, aimed at gathering detailed past performance information. The questionnaire requests the respondent’s business information, experience in various contracting capacities, and inquiries about any past failures in completing work awarded. It outlines key personnel availability and specifics regarding employee experience. The document further requests information on relevant previous contracts completed within the last three years, with a preference for government contracts. For each contract, the business must provide the agency or company name, contract number, total value, points of contact, duration, and scope of work. The final section includes a certification statement, affirming the accuracy of the provided information and authorization for references to be contacted. This questionnaire is essential in evaluating a company’s capability to undertake new federal projects and demonstrates the importance of documented experience and transparency in the contracting process.
    The document is a Request for Proposal (RFP) for a project involving aerial herbicide spraying for water hyacinth control at the Theodore Roosevelt National Wildlife Refuge Complex. It specifies key details such as the due date for offers, contact information, and payment terms, with a total estimated contract amount of $11.5 million. The contract aims to support the management of invasive plant species through a specified performance period from May 15, 2025, to July 31, 2025. The RFP outlines requirements for small business participation, notably those classified as service-disabled veteran-owned or economically disadvantaged women-owned businesses. It also emphasizes adherence to federal acquisition regulations, including payment processing through the Department of the Treasury’s Invoice Processing Platform. In addition, the evaluation criteria for bids are highlighted, prioritizing technical capability and past performance over price, aiming to secure the best value for the government. The document includes multiple clauses addressing compliance with federal regulations, ensuring integrity in contracting processes, and encouraging the involvement of small and disadvantaged businesses, reflecting the government's commitment to equitable participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services under Request for Quotation W912P925Q0005 for fiscal year 2025. The primary objective of this procurement is to control invasive plant species along the Mississippi and Illinois Rivers, specifically targeting areas within the Riverlands Migratory Bird Sanctuary. This initiative underscores the importance of environmental management and resource restoration, as contractors will be responsible for providing all necessary materials, labor, and supervision while adhering to safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further clarification.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for chemical vegetation control services at Mansfield Hollow Lake in Mansfield, Connecticut. The contractor will be responsible for managing vegetation across approximately 50 acres, utilizing state-approved chemicals while adhering to safety, health, and environmental regulations, with a required kill rate of 90% post-treatment. This initiative is crucial for maintaining the ecological balance and functionality of the dam area, reflecting the government's commitment to infrastructure maintenance and environmental stewardship. Interested bidders should contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324 for further details, and must submit their proposals, including accident prevention plans and licenses, by the specified deadlines, with a site visit also required as part of the bidding process.
    Herbicide Application Services for Tenkiller Lake, OK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services at Tenkiller Lake, Oklahoma. This procurement aims to manage vegetation effectively in the area, ensuring the maintenance of the landscape and promoting ecological health. The services are critical for maintaining the grounds and supporting recreational activities at the lake, which is a vital resource for the community. Interested small businesses are encouraged to review the full solicitation, W912BV25Q0028, available at the provided PIEE link, and may contact Lee Maddox at lee.h.maddox@usace.army.mil or 918-669-4393 for further information.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray on Cold Brook Cottonwood Project Corps of Engineers lands
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray project in Hot Springs, South Dakota. The selected contractor will be responsible for herbicide application to control noxious weeds, ensuring a minimum effectiveness of 95% while adhering to local, state, and federal regulations. This project is crucial for maintaining environmental integrity and public safety in designated areas, with the contract set for one base year starting April 30, 2025, and includes two optional years. Interested bidders should direct inquiries to Casey M. Barber at casey.m.barber@usace.army.mil or Nadine Catania at Nadine.L.Catania@usace.army.mil, and are reminded that this opportunity is a Total Small Business Set-Aside.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    F--INSECTICIDE APPLICATION
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for a firm fixed-price contract to perform insecticide application at the Horning Seed Orchard in Colton, Oregon, scheduled from March 24 to May 30, 2025. The contractor will apply the restricted-use pesticide esfenvalerate to manage pest populations on Douglas-fir trees aged 7 to 33 years, adhering to strict environmental and safety regulations throughout the process. This project is crucial for effective pest management and compliance with federal and state agricultural policies, ensuring the health of the orchard while minimizing environmental impact. Interested small businesses must submit their proposals by March 5, 2025, and can contact Christy Webster at cnwebster@blm.gov or 503-808-6074 for further details.