Herbicide Application, Harris Neck NWR, SC
ID: 140FS325Q0085Type: Solicitation
AwardedAug 11, 2025
$38K$38,000
Awardee(GA84) DreamScape Designs, LLC 35 LILLEY CT Waverly Hall GA 31831 USA
Award #:140FS325P0199
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 qualified contractors for herbicide application services at the Harris Neck National Wildlife Refuge in Georgia, as part of a project aimed at invasive species control and habitat improvement. The contract involves applying herbicides over an area of 304 acres to manage invasive tree species and promote a native grass-dominated understory, with operations scheduled from August 15 to September 30, 2025. This initiative underscores the government's commitment to environmental stewardship and effective wildfire management. Interested small businesses must submit their quotes by June 17, 2024, and can direct inquiries to Contract Specialist Fred Riley at fred_riley@fws.gov or by phone at 413-253-8738.

    Point(s) of Contact
    Files
    Title
    Posted
    The Savannah Coastal Refuges Complex, under the U.S. Fish and Wildlife Service, is launching a Hazard Fuel Reduction and Invasive Species Control Project in 2025 at Harris Neck National Wildlife Refuge, Georgia, spanning 304 acres. This initiative aims to treat root and stump sprouts of invasive trees using herbicides to achieve 95% control, thereby promoting a native grass-dominated understory and enhancing wildfire management. The project entails applying herbicides (imazapyr and triclopyr) with extreme care to protect surrounding desirable trees and ensure environmental safety. Contractors are responsible for equipment transport and must comply with safety standards and best management practices in forestry. Operations will be monitored by Refuge Biologists, and all activities must adhere to local regulations to prevent damage to infrastructure. Herbicide treatments are scheduled from August 15 to September 30, 2025, with potential extensions for unforeseen circumstances. This project reflects the government’s commitment to habitat improvement and biological diversity by mitigating wildfire risks and controlling invasive species effectively.
    The government document pertains to a Request for Proposal (RFP) for herbicide application services within the Savannah Coastal Refuges Complex, specifically for the Harris Neck National Wildlife Refuge (NWR). The contract will commence upon award and is set to continue until September 30, 2025. It outlines a requirement for herbicide application over an area of 304 acres. The unit price includes all necessary supplies and materials essential to execute the work according to specified guidelines in the Scope of Work. The document emphasizes the importance of professional application practices to comply with environmental standards and effectively manage vegetation. Overall, this RFP underscores the government's commitment to maintaining natural habitats through controlled herbicide application.
    The document outlines Wage Determination No. 2015-4479 from the U.S. Department of Labor under the Service Contract Act. It specifies the minimum wage requirements for federal contracts, which vary based on contract dates and applicable executive orders (EO 14026 and EO 13658), with rates of at least $17.75 or $13.30 per hour for covered workers. The detailed wage rates for various occupations in McIntosh County, Georgia, are listed, including fringe benefits such as health and welfare compensation, vacation, and paid sick leave under EO 13706. The document also explains the conformance process for unlisted job classifications, requiring contractors to submit requests for approval of additional classifications and respective wage rates to ensure compliance with the wage determination. Notably, the regulations emphasize the required provisions for uniforms and hazard pay differentials. This document serves as a compliance resource for government contractors, ensuring fair wages and benefits for employees involved in federal service contracts.
    The Past Experience Questionnaire (number 140F0922Q0105) is a documentation requirement for businesses responding to government RFPs. It gathers essential information to assess a vendor's qualifications for a specific project. The questionnaire requests details such as the company’s name, unique entity identification, address, and business type. It also inquires about the company's experience in providing services, contracting history as a prime or subcontractor, and any instances of failing to complete contracts. Key personnel details and employee experience are also solicited, along with references from relevant past performance within three years. Specifically, vendors must provide information about past contracts, including contract agency names, contact details, values, duration, and project scopes. Finally, the document concludes with a certification section to verify the accuracy of the provided information. The overarching purpose of this questionnaire is to ensure compliance and evaluate the capability of potential contractors to fulfill government project requirements effectively and efficiently, thereby contributing to the integrity of federal contracting processes.
    This document outlines a Request for Proposal (RFP) from the U.S. Fish and Wildlife Service for herbicide application services at Harris Neck National Wildlife Refuge. The solicitation includes essential contract details such as the offeror's information, award amount, contract administration, and performance period set between August 15, 2025, and September 30, 2025. It emphasizes compliance with federal procurement regulations and outlines requirements for small business classification, with specific notes on service-disabled veteran-owned small businesses and economically disadvantaged women-owned small businesses. Additionally, it stipulates the use of electronic invoicing through the Department of Treasury’s Invoice Processing Platform. Key evaluation factors include past performance and pricing, aiming for the best value for the government. The contractor is responsible for adhering to environmental standards, ensuring safe handling of herbicides, and reporting compliance with biobased product guidelines. Overall, the document reflects the government's commitment to sustainable practices while ensuring the procurement process aligns with statutory obligations.
    Lifecycle
    Similar Opportunities
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    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.
    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.
    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.
    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.
    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.
    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.
    Jackson Hole Levee Vegetation Spraying
    Dept Of Defense
    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.