Weed Spraying at the Lac qui Parle Project
ID: W912ES25QA0034Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Landscaping Services (56173)

PSC

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

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a weed spraying contract at the Lac qui Parle Project in Minnesota. The contractor will be responsible for applying chemical control to noxious weeds across approximately 30 acres, ensuring compliance with safety regulations and environmental protection measures, while achieving a target kill rate of 90%. This service is crucial for maintaining the integrity of managed lands and preventing the spread of invasive species. Interested small businesses must submit their proposals by August 19, 2025, with a total contract value of up to $9,500,000, and can contact Benjamin Knutson or Sharon Frank-Scheierl for further information.

    Files
    Title
    Posted
    This Statement of Work outlines requirements for herbicide application to control noxious weeds at the Lac qui Parle Project in Minnesota from July 28 to September 30, 2025. The contractor must provide all necessary resources to treat approximately 30 acres of turf grass and rip rap areas, targeting weeds like dandelion, plantain, and thistle with a desired 90% kill rate. Strict adherence to safety regulations (EM 385-1-1 and OSHA), spill control plans, and submission of an Abbreviated Accident Prevention Plan and Activity Hazard Analysis are mandatory. The contractor must submit a detailed herbicide plan, including product information, application rates, and environmental protection measures. All herbicides must be EPA-approved and applied according to label instructions. Contractors and employees need valid state commercial herbicide applicator licenses. Post-application documentation is required for payment, and a warranty ensures reapplication at no cost if results are not achieved. The contractor is responsible for any damages and must carry a minimum of $1,000,000 in liability insurance. A post-award meeting will be held, and invoices are payable 14 days after final treatment.
    The document outlines comprehensive security requirements for all contract personnel supporting the US Army Corps of Engineers (USACE). Key requirements include mandatory security awareness and DoD/Army security training within 30 days of contract award or start date, with contractors providing written documentation of completion and maintaining records. Contract personnel and vehicles are subject to search upon entering federal installations and must comply with Force Protection Condition (FPCON), Random Antiterrorism Measures (RAMs), and Health Protection Condition (HPCON) measures. The contractor is responsible for maintaining performance during elevated FPCON/HPCON levels, identifying mission-essential personnel, and ensuring personnel are aware of site-specific security responsibilities. Personnel without appropriate security clearances must be escorted in sensitive or restricted areas. Additionally, contractors must use the E-Verify Program to screen candidates for employment eligibility, providing an initial list to the COR within three business days of contract award. All contract personnel requiring physical access to federal installations must comply with access control procedures, including vetting through NCIC-III and TSDB for unescorted access. Those who do not meet unescorted access requirements must coordinate escorted access. Personnel receiving keys or access cards for government property must adhere to key and lock control procedures.
    The provided document is a Post-Application Documentation form for a Pest Control Program under the U.S. Army Corps of Engineers, specifically the St. Paul District. Its purpose is to record detailed information following a pesticide application. The form requires comprehensive data including the date and time of application, environmental conditions (air temperature, relative humidity, cloud cover, wind direction and speed), and acreage treated. It mandates a description of the treated area, information about the contractor and applicator, and detailed specifics of the pesticide used, such as trade name, form applied, active ingredients, EPA registration and classification, mixture details, and application rate. Furthermore, the form includes sections for documenting the equipment used, the amount of pesticide applied, and disposal information, including the date, method, and location of disposal. Additional remarks can also be noted. This document serves as a standardized record-keeping tool to ensure compliance, accountability, and proper documentation of pest control activities within government projects.
    The document appears to be a list of locations and features associated with the Highway 75 Dam and Marsh Lake, likely indicating areas requiring attention for maintenance, repair, or improvement. The recurring terms "Rip Rap" and "Turf" suggest a focus on erosion control, structural integrity, and landscaping around these water management structures. The detailed breakdown of specific areas like "Low Flow Access Road," "Emergency Spillway," "Main Spillway Tailwater," and various "Pool side" and "Tailwater Side" sections indicates a comprehensive assessment of critical points within the dam and lake infrastructure. This type of detailed list is common in government RFPs or grant applications for infrastructure projects related to water resource management, flood control, or environmental restoration.
    This document, Wage Determination No. 2015-4963, issued by the U.S. Department of Labor, Wage and Hour Division, outlines the minimum wage rates and benefits for service contract employees in specific Minnesota counties. It details the applicability of Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates, with annual adjustments. The document provides extensive occupational listings with corresponding hourly wage rates, noting some may be subject to higher Executive Order minimums. It mandates fringe benefits including health & welfare, vacation (2 weeks after 1 year, 3 after 5, 4 after 15), and eleven paid holidays. Special provisions cover paid sick leave under EO 13706, hazardous pay differentials (4% or 8%), and uniform allowances. The conformance process for unlisted job classifications is also detailed, requiring a Standard Form 1444 (SF-1444) to ensure appropriate wage rates and benefits for all contract employees.
    This government file, W912ES25QA034, is a solicitation/contract/order for commercial products and services, specifically for "Lac qui Parle Project Weed Spraying Contract." It outlines the terms and conditions for a Women-Owned Small Business (WOSB) set-aside acquisition, with a total award amount of USD 9,500,000.00. Key details include the NAICS code 561730, an offer due date of August 19, 2025, and a performance period from August 22, 2025, to September 30, 2025. The document incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses by reference and full text, covering areas such as electronic payment instructions (WAWF), anti-trafficking in persons, equal opportunity, and restrictions on certain foreign purchases and telecommunications equipment. The evaluation criteria prioritize lowest cost, with technical and past performance being equally important as price. The contract also includes specific attachments like spray location maps and a performance work statement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Jackson Hole Levee Vegetation Spraying
    Buyer not available
    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.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    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.
    Noxious Weed Treatment for Chickasaw Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors for a Noxious Weed Treatment project within the Chickasaw Nation boundary in Southern Oklahoma. The objective is to manage approximately 74,000 acres of trust and restricted properties by applying approved herbicides to control the spread of noxious weeds, particularly Musk Thistle, with a target of achieving a 90% weed kill rate. This initiative is crucial for enhancing land productivity and economic value, and the contract is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 561730, with a firm-fixed-price purchase order anticipated for a performance period of 60 days after receipt of order. Interested parties must submit their proposals by December 17, 2025, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    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.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Buyer not available
    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.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    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.