Invasive Species Management Services
ID: W912EP25RA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WETLANDS CONSERVATION AND SUPPORT (F113)

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 (USACE) Jacksonville District, is soliciting proposals for Invasive Species Management Services across Florida and the South Atlantic Division. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for comprehensive services including terrestrial and aquatic vegetation management, environmental restoration, and Geographic Information System (GIS) mapping, with a focus on controlling invasive species in designated areas. This initiative is crucial for maintaining ecological balance and protecting native habitats from invasive plant populations. Interested small businesses must submit their proposals by November 7, 2025, with a contract value of up to $45 million over five ordering periods. For further inquiries, contact Brittany Jackson at brittany.r.jackson@usace.army.mil or Dustin Furrey at dustin.l.furrey@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document repeatedly describes a "Treatment Area for Mock Task Order" where photos were taken from various locations. It consistently notes that "Invasive plant populations vary throughout the treatment area." This file, likely part of a government RFP or grant, establishes the scope of a task order focused on managing invasive plant species. The variation in plant populations suggests that the task order will require a flexible approach to treatment, adapting to different conditions within the designated area. The repetitive nature of the text indicates a foundational description for a project involving environmental management or restoration efforts.
    This government file outlines an amendment and modification to a solicitation/contract, extending the offer due date to November 7, 2025, and providing answers to questions. It incorporates FAR 52.219-14 (Limitations on Subcontracting) and updates sections on Evaluation Factors for Award and Instructions to Offerors. The document details proposal submission requirements, including electronic submission via email, specific formatting (12-point Arial or Times New Roman font, single spacing), and page limits for Technical (60 pages), Price (20 pages), and Past Performance (25 pages plus 5 for each major subcontractor) volumes. It also includes comprehensive instructions for the content of each volume, covering management, personnel, subcontractors, planning, execution, contract management, pricing data, and past performance relevancy. The evaluation criteria prioritize Technical and Past Performance as equally important and significantly more important than Price. Proposals will be assessed for adequacy, feasibility, and adherence to FAR clauses, with a detailed breakdown of subfactors and their evaluation approach, including a combined technical/risk rating system. Price proposals will be evaluated for reasonableness and compliance, with a focus on fair and reasonable fixed-price CLINs and the absence of unbalanced pricing. The past performance evaluation considers recency, relevancy, and quality of past contracts, with a neutral rating assigned if data is sparse.
    The U.S. Army Corps of Engineers, Jacksonville District, is conducting a source selection for Request for Proposal (RFP) W912EP25RA009, related to North American Industry Classification System (NAICS) 562910. As part of this evaluation, the district is requesting past performance assessments from points of contact identified by offerors. The Performance Assessment Questionnaire requires candid responses regarding an offeror's performance on recent and relevant contracts, with specific rating definitions for "Substantial Confidence," "Satisfactory Confidence," "Limited Confidence," and "No Confidence." The questionnaire covers contract identification, offeror representative details, and an evaluation section for the respondent to rate performance in areas such as compliance, project management, timeliness, and customer satisfaction, with rationale required for each response. Respondents must return the completed questionnaire to the Contracting Officer by October 30, 2025, or within 15 days of receipt, whichever comes first. The information provided will be used in awarding federal contracts.
    The “MOCK” Task Order – Herbert Hoover Dike Vegetation Management 2025 outlines a federal government Request for Proposal (RFP) for invasive plant management. The project focuses on controlling invasive species along reaches 6 and 8 of the Herbert Hoover Dike (HHD) at Lake Okeechobee, Florida, covering approximately 859 acres of primarily upland habitat with some wetlands. The contractor will be responsible for providing all necessary materials, including herbicides and adjuvants, and equipment such as swamp buggies, UTVs, and ATVs. Chemical control methods like basal bark, cut-stump, hack-n-squirt, and foliar treatments will target Florida Invasive Species Council Category I & II species, including Brazilian pepper and melaleuca. The period of performance is one year from the task order award, with mobilization required within seven days. Key aspects covered include contractor administration, security protocols such as acquiring a HHD key from USACE, quality control, safety, and reporting requirements for data input into CHAD and GIS. The document emphasizes adherence to approved work plans and safety regulations, with specific roles for a Contracting Officer's Representative (COR), Angie Huebner, and Quality Assurance (QA) personnel, Ian Markovich.
    This document is a price sheet for Invasive Species Management services for the State of Florida & SAD, detailing costs across five ordering periods. It outlines pricing for labor, herbicides and adjuvants, equipment, other services, other direct costs, and travel. Key labor roles include Project Managers, Scientists, Environmental Technicians, Quality Control personnel, Safety Managers, Crew Leaders, Applicators, Equipment Operators, and GIS Specialists. The herbicide section lists various chemicals like Triclopyr amine, Triclopyr ester, Diquat dibromide, and Glyphosate. Equipment ranges from Utility Terrain Vehicles and various boats (airboat, jon boat) to heavy machinery like excavators, bulldozers, and skid steers with mulching heads, as well as passenger vans and different classes of trucks. Other services include helicopter applications and mechanical land management techniques such as roller chopping, discing, and bush hog mowing. Travel costs cover mileage, per diem, and lodging. Each ordering period (One to Five) presents an identical list of items and services, with quantities typically set at one unit (e.g., 1 hour, 1 gallon, 1 day, 1 acre), with unit prices TBD for most items, indicating that specific pricing would be negotiated or determined at the time of order.
    This document is a price sheet for Invasive Species Management services for the State of Florida and SAD, spanning five ordering periods. It details costs across six categories: Labor, Herbicide & Adjuvants, Equipment, Other Services, Other Direct Costs, and ODC - Travel. Each ordering period (One to Five) lists identical line items, suggesting a consistent pricing structure over time. Key labor roles include Project Manager, Scientists, Technicians, Quality Control personnel, Safety Manager, Crew Leaders, Applicators, Equipment Operators, and support staff. Herbicides listed are common invasive species treatments. Equipment ranges from small utility vehicles and various boats to heavy machinery like mulching heads, excavators, and bulldozers. Other services encompass aerial applications (helicopter), roller chopping, discing, and bush hog mowing. Travel costs cover mileage, per diem, and lodging. The document serves as a comprehensive pricing guide for invasive species management projects, outlining the resources and services available.
    This document is a price sheet for Invasive Species Management services for the State of Florida & SAD, focusing on a Mock Task Order for Herbert Hoover Dike (HHD) Vegetation Management. It categorizes costs into Labor, Herbicide & Adjuvants, Equipment, Other Services, Other Direct Costs, and ODC - Travel. The labor section lists various personnel roles, from Project Manager to Laborer. Herbicides include Triclopyr, Diquat, Glyphosate, and Imazapyr, along with adjuvants. Equipment ranges from Utility Terrain Vehicles and various boats to heavy machinery like excavators and bulldozers, available for daily, weekly, or monthly rates. Other services cover aerial applications (helicopter), roller chopping, discing, and bush hog mowing. Travel costs include mileage, per diem, and lodging. This comprehensive price sheet outlines all potential expenditures for invasive species management projects in the specified region.
    This document is a price sheet for Invasive Species Management services in Florida, specifically for a mock task order concerning vegetation management at the Herbert Hoover Dike (HHD). It itemizes costs across several categories: Labor, Herbicide & Adjuvants, Equipment, Other Services, Other Direct Costs, and ODC - Travel. The Labor section lists various personnel roles from Project Manager to Laborer, each billed per hour. Herbicide & Adjuvants include different chemical types like Triclopyr amine and Glyphosate, measured per gallon or quart. The Equipment section details costs for various vehicles and machinery such as Utility Terrain Vehicles, Airboats, and different classes of Trucks, billed daily, weekly, or monthly. Other Services cover activities like Helicopter application, Roller chopping, and Bush Hog Mowing, priced per acre. Other Direct Costs and ODC - Travel categories are also included, with travel expenses like mileage, per diem, and lodging. This comprehensive price sheet provides a detailed breakdown of potential expenses for invasive species management projects.
    The Invasive Species Management (ISM) Services (Notice ID: W912EP25RA009) document addresses vendor questions regarding an RFP. Key clarifications include the availability of Appendix D (Past Performance Questionnaire) as of October 10, 2025, and that no additional site visits will be conducted beyond the one on October 15, 2025. The contract start date is November 28, 2025. Vendors can join the Interested Vendors List (IVL) via SAM.gov by logging in with administrator or data entry roles. Both government and commercial contracts are acceptable for past performance references, and proposals must be submitted electronically via email only, in read-only PDF format (with cost/price evaluation information in Microsoft Excel). Applicator licenses are required for crew leaders and those applying herbicides via various vehicles, while helicopter pilots must comply with federal, state, and site-specific requirements. Herbicide/adjuvant quotes should be for concentrate/pre-mixed only. The incumbent contractor is Applied Aquatic Management, Inc. (W912EP20D0003). There is no bond requirement, but contractors must provide proof of insurance per FAR 28.301. The contractor is responsible for identifying water sources for operations and will propose application rates and herbicides in accordance with regulations.
    This document, likely part of a federal or state government Request for Proposal (RFP), outlines requirements and tasks related to various services and equipment. Key areas include security measures, potentially referencing a specific security framework or standard, and health-related services, indicated by terms like "Health." The document also details equipment specifications, such as a "Tractor + Low Boy," and references task-oriented projects. It emphasizes future considerations, past performance evaluation, and specific rates. The structure suggests a comprehensive tender document, covering administrative, technical, and commercial aspects that are typical in government procurement processes.
    This document, Notice ID: W912EP25RA009, presents a series of questions and answers related to Invasive Species Management (ISM) Services, likely a federal government RFP. Key points address task order locations, confirming no specific list exists outside Florida but within the Jacksonville District, with potential areas outlined in the Performance Work Statement (PWS). Security clearance requirements are clarified, noting two locations under a previous contract required it. The document also details requirements for joint ventures, past performance data for prime and sub-contractors, and the importance of a Pesticide Applicator License. Drone use is permitted under specific regulations. Bonding requirements are not explicitly stated as of this Q&A. Pricing details for mock task orders and general proposal submission guidelines, including handling government shutdowns and specific attachments, are also covered, emphasizing compliance with laws and safety standards.
    This document outlines a Women-Owned Small Business (WOSB) solicitation for an Indefinite Quantity-Indefinite Delivery contract with the U.S. Army Corps of Engineers (USACE) South Atlantic Division (SAD). The contract, valued at up to $45,000,000.00 over five 12-month ordering periods and a six-month option, requires vegetation management, environmental restoration/protection, and GIS mapping/aerial photography services. The contractor must provide all personnel, equipment, and supplies, adhering to strict safety, quality control, and reporting requirements, including specific licensing for pesticide application and GPS tracking. The PWS details key personnel qualifications, security procedures (including AT/OPSEC training and E-Verify), and mandates compliance with various federal and state regulations, emphasizing the protection of wildlife and non-target vegetation. The project's primary area is Florida, but work may extend across the SAD region.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    IMCOM Pest Control
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control management services at Fort Jackson and Weston Lake Recreational Park in South Carolina. The contractor will be responsible for scheduled and unscheduled pest management services targeting public health pests, including invasive species and disease vectors, to ensure the well-being of personnel and the integrity of facilities. This contract, valued at approximately $17.5 million, is set aside for small businesses and includes a base period from January 1, 2026, to December 31, 2026, with four additional one-year options extending through December 31, 2030. Interested parties must attend a mandatory site visit on December 9, 2025, and submit proposals by following the outlined instructions, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via their provided emails.
    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.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Comprehensive Everglades Restoration Plan (CERP) in Broward County, Florida, specifically for Contract 2, C-11 Impoundment and Mitigation Area A. This large-scale construction project, valued at over $500 million, aims to enhance stormwater management, groundwater recharge, and environmental sustainability by constructing a significant earthen reservoir, embankments, and water control structures. The solicitation is open to all offerors and requires registration in the System for Award Management (SAM) to be eligible for contract award. Proposals are due by January 9, 2026, with a pre-proposal conference and site visit having already taken place, and interested parties can contact Ligaya Lowe at ligaya.m.lowe@usace.army.mil or Manuela Voicu at manuela.d.voicu@usace.army.mil for further information.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    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.
    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.