Milfoil Aquatic Herbicide Treatment Services, Franklin Falls Dam, Franklin, NH
ID: W912WJ25QA016Type: Solicitation
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 Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals 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, labor, and equipment to apply a systematic aquatic herbicide to control variable milfoil across approximately 17 acres, with potential options for additional water testing and reporting. This initiative is crucial for managing invasive aquatic species and preserving local ecosystems, reflecting the government's commitment to environmental stewardship. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by the extended deadline of April 18, 2025, at 2:00 PM Eastern Time, with a total contract value of $19,500,000.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 6:04 PM UTC
This document is an amendment to a solicitation regarding a federal contract, extending the deadline for offers submission to April 18, 2025, at 2:00 PM Eastern Time. The amendment outlines the required acknowledgement from bidders, necessitating that they confirm receipt of this amendment in their submissions to avoid rejection. It also specifies that modifications to existing offers can be made through written or electronic communication, as long as they reference the solicitation and amendment numbers and are submitted before the new deadline. The overall terms and conditions of the original solicitation remain unchanged, ensuring clarity for all parties involved in this federal procurement process. Additionally, the document includes administrative details such as contact information, applicable codes, dates, and signatures from the contracting officer and authorized representatives, maintaining a standard protocol for federal contracting practices.
Apr 14, 2025, 6:04 PM UTC
The document outlines a Performance Work Statement from the U.S. Army Corps of Engineers regarding the control of variable milfoil at the Franklin Falls Dam in Franklin, NH. Its primary focus is on developing and implementing strategies to manage and mitigate the spread of variable milfoil, an invasive aquatic plant that threatens local ecosystems. The document includes area and treatment maps that detail specific locations and methodologies for addressing the variable milfoil infestation. By establishing a systematic approach to control this invasive species, the Corps aims to uphold environmental integrity and support the health of aquatic habitats around the dam. This initiative reflects a broader commitment to stewardship and sustainable management of water resources, demonstrating the government's focus on ecological preservation in aid of community interests.
Apr 14, 2025, 6:04 PM UTC
This document outlines a solicitation for the procurement of milfoil treatment services at the Franklin Falls Dam in New Hampshire, emphasizing the importance of managing invasive aquatic species through herbicide application. The solicitation specifies that contractors must provide all necessary labor, materials, equipment, and transportation to effectively treat approximately 17 acres to control variable milfoil. Tasks include permit application coordination, herbicide application, water testing, and reporting, followed by a final efficacy report. The proposal highlights the required adherence to safety, environmental, and regulatory standards, as stipulated by various legislation and agency guidelines. Vendors responding to the Request for Quotation (RFQ) must register in the System for Award Management (SAM) and submit all necessary certifications. The government places a strong emphasis on compliance with safety and environmental regulations, underscoring the review and acceptance process for required documents before work commences. This initiative reflects a commitment to environmental stewardship and the effective management of aquatic ecosystems, integrating economic opportunities for eligible small businesses, particularly women-owned operations. The contract's total award amount is noted as $19,500,000, and all work must be completed by December 31, 2025.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Herbicide Spraying for USACE Philadelphia District Field Sites
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is soliciting bids for herbicide spraying services across five flood control projects and the Chesapeake and Delaware Canal, with a total estimated contract value of $9,500,000. The primary objective is to manage unwanted woody vegetation and invasive species to ensure the integrity of earthen structures and facilitate navigation along the canal. This contract, categorized as a Firm Fixed Price service agreement, will run from June 1 to July 31, 2025, and requires contractors to provide all necessary manpower, equipment, and materials while adhering to federal and state pesticide regulations. Interested parties should submit their quotes via email to the designated contacts, Connor Struckmeyer and Brandon Mormello, and are encouraged to monitor the SAM.gov website for updates and additional information regarding the solicitation.
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.
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.
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.
CT-FWS STEWART B MCKINNEY-PESTICIDE
Buyer not available
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 keithrose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.
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.
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.
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.
Dworshak Treatment of Noxious and Pest Weeds
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors to provide non-personal services for the treatment of noxious and pest weeds on lands surrounding Dworshak Dam and Reservoir in Idaho. The contract involves chemical and mechanical treatments targeting various invasive weed species across approximately 168 acres, with specific requirements for herbicide application and adherence to safety and environmental regulations. This initiative is crucial for managing natural resources and ensuring the ecological integrity of the area, which supports recreational activities and public safety. Interested contractors must possess a valid Idaho State Professional Pesticide Applicator’s License and submit proposals by the deadline, with the performance period set from May 1 to August 31, 2025. For further inquiries, contact Gregory Moyer at Gregory.Moyer@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil.