CT-FWS STEWART B MCKINNEY-PESTICIDE
ID: 140FS325Q0066Type: Combined Synopsis/Solicitation
AwardedApr 29, 2025
$15.8K$15,790
AwardeeINNOVATIVE MOSQUITO MANAGEMENT, INC 1391 DURHAM RD Madison CT 06443 USA
Award #:140FS325P0117
Overview

Buyer

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

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

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 seeking qualified contractors for herbicide application services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, under solicitation number 140FS325Q0066. The primary objective is to control invasive swallow-wort species through a targeted chemical treatment over a 4.18-acre area, with the goal of reducing its coverage by 30% during two application phases in 2025. This initiative is crucial for restoring native plant habitats and supporting local wildlife, aligning with broader environmental management efforts. Interested small businesses must submit quotes by April 25, 2025, following a mandatory site visit on April 23, 2025, and can contact Keith Rose at keith_rose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Labor's Wage Determination No. 2015-4113 outlines wage rates and employment conditions under the Service Contract Act applicable in Connecticut. The document establishes minimum wage requirements based on Executive Orders, mandating that contracts initiated after January 30, 2022, pay covered workers at least $17.75 per hour in 2025. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour. The determination also details specific occupational wage rates across various job categories, including administrative support, automotive service, food preparation, health occupations, and protective services, among others. Additionally, it specifies mandatory fringe benefits, including health and welfare provisions, paid vacation, and holiday pay, aligning with federal contracting requirements. Furthermore, the document outlines the process for conforming additional classifications and wage rates for unlisted job categories, ensuring compliance with labor standards. The guidelines support fair compensation for workers as part of government contracting efforts, reinforcing the commitment to labor rights and equitable pay.
    The Stewart B. McKinney National Wildlife Refuge is seeking a contractor for invasive species control, specifically the chemical treatment of swallow-wort (Vincetoxicum spp.) on Chimon Island, Connecticut, for 2025. The project involves targeting a 4.18-acre area heavily infested with swallow-wort, with the goal of reducing coverage by 30%. The contractor will administer a specific herbicide mix in two treatment phases: once in early June and again in mid-August. The detailed herbicide application protocols must adhere to federal, state, and local laws, ensuring safety and minimal impact on non-target species. The contractor is responsible for site management, coordination of transportation to the island, and compliance with environmental regulations regarding herbicide use. The refuge will assist with permits, provide transportation, and manage public notifications about site closures during treatments. Overall, this initiative aims to restore native plant habitats critical for local wildlife, including at-risk pollinator species, aligning with broader conservation efforts within the refuge.
    The document is a "Past or Present Performance Survey" intended for companies seeking federal contracts or grants. It gathers essential business information, including the firm's establishment details, leadership, and its Unique Entity Identifier (UEI). The survey focuses on documentation of contracts or subcontracts completed or currently in progress, preferably with government agencies. For each contract, critical data to be provided includes the contracting agency, project title, scope of work, role in the project (prime contractor, subcontractor, etc.), financial details, and performance metrics such as completion dates and quality control measures. Additionally, the survey emphasizes reporting any encountered quality or safety issues and their resolutions. A certification section is included for the survey preparer to authenticate the provided information. This structured approach assists government entities in assessing the contractor's past performance, vital for future selection processes within the framework of federal and state RFPs and grants.
    The document outlines a Request for Quote (RFQ) for Herbicide Application Services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, identified by solicitation number 140FS325Q0066. The procurement is designated as a Small Business Set-Aside, with an estimated budget of $9.5 million and a performance period running from May 1, 2025, to September 30, 2025. A mandatory site visit for interested contractors is scheduled for April 23, 2025, which is essential for technical evaluations. Quotes are to be submitted by April 25, 2025, with a technical evaluation based on experience, approaches, management plans, and past performance. Contractors must be registered in the System for Award Management (SAM) and provide references as part of their proposal. The award will follow simplified acquisition procedures under FAR, specifically aimed at ensuring compliance with federal regulations and supporting small business participation. The document also specifies evaluation criteria and contract clauses related to service and payment, highlighting the importance of adherence to federal acquisition standards and requirements for managing potentially hazardous materials. This initiative reflects the government’s commitment to environmental management and support for small business participation in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    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.
    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.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield Center, CT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is issuing a presolicitation notice for Chemical Vegetation Control Services at Mansfield Hollow Lake in Mansfield Center, Connecticut. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform chemical vegetation control across approximately 55 acres, which includes maintenance spraying, spot treatments, and cut stump treatments on various structures and shorelines. This service is crucial for maintaining the ecological balance and safety of the lake area, ensuring that vegetation does not impede structural integrity or recreational use. The solicitation documents will be available online around December 22, 2025, and interested vendors must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be addressed. For further information, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    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.
    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.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    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.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    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.
    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.