F--CA-KLAMATH BSN NWR COMPLX PESTICIDE TREA
ID: 140FS125Q0062Type: Combined Synopsis/Solicitation
AwardedJul 7, 2025
$48K$48,000
AwardeeBASIN FERTILIZER & CHEMICAL CO., LLC 22990 MALONE RD Merrill OR 97633 USA
Award #:140FS125P0142
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls 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 (FWS) is seeking qualified small businesses to provide noxious weed control services at Antelope Flats within the Klamath Basin National Wildlife Refuge Complex in California. The contract involves conducting up to three "spot" herbicide treatments from June to November 2025, targeting invasive species such as meadow foxtail and Bull Thistle, with potential extensions into 2026 and 2027 across a 298-acre area. This initiative is crucial for mitigating ecological damage and ensuring compliance with the Federal Noxious Weed Act, emphasizing the importance of environmentally responsible practices in federal land management. Interested contractors must submit their quotes by June 24, 2025, and can contact Oscar Orozco at oscar_orozco@fws.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) contracts for noxious weed control at Antelope Flats, managed by the Partners for Fish and Wildlife Program. This involves up to three "spot" treatments from June to November 2025, with possible extensions into 2026 and 2027 across a 298-acre area. Targeted invasive species include meadow foxtail and other noxious weeds as listed for Klamath County. Treatment requires specific herbicides that are safe for aquatic environments, including glyphosate and aminopyralid, along with a practically non-toxic surfactant. Contractors must possess relevant licenses for pesticide application in Oregon and utilize compatible equipment, adhering to federal and state regulations. The work aims to mitigate ecological damage while ensuring compliance with the Federal Noxious Weed Act. Project execution is contingent on needed herbicide application dates coordinated with weed growth cycles, emphasizing minimal environmental impact. The project necessitates clear communication with FWS staff regarding treatment maps, species identification, and progress reports.
    The U.S. Fish and Wildlife Service (FWS) has issued a request for proposals for the control of invasive species at Antelope Flats, owned by Fort Baker Ranch LLC. The project will entail three annual “spot” treatments between June 1 and November 1, 2025, focusing on Bull Thistle, Yellow Starthistle, and other noxious weeds identified in Klamath County. Treatments will utilize aminopyralid and a practically non-toxic surfactant. Contractors must possess required licenses, equipment for accurate spot applications, and the ability to provide GPS data compatible with Arc GIS. Contractors will conduct herbicide applications within a designated 298-acre area adhering to FWS pesticide regulations and will be responsible for supplying all necessary equipment and personnel. The work includes identifying targeted invasive species, reporting treatment success, and coordinating application dates with FWS to maximize efficiency. Inspections by FWS will evaluate performance and compliance, with funding strictly for targeted treatments on the specified private land, in accordance with the Federal Noxious Weed Act. This initiative illustrates a commitment to environmental management and the sustainability of native plant habitats within Klamath County.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines wage rates for various occupations in California's Modoc, Nevada, Plumas, Sierra, Siskiyou, and Trinity counties, specifically detailing rates effective for contracts awarded on or after January 30, 2022, and for existing contracts if extended. The minimum wage under Executive Order 14026 is specified at $17.75 per hour for contracts entered after the given date, with earlier contracts applying the lower rate of $13.30 under Executive Order 13658. The document lists wage rates for a range of occupations, including administrative support, automotive service, health occupations, and various technical roles, along with required fringe benefits such as health and welfare, paid sick leave, and vacation. Additional details describe the conformance process for unlisted job classifications and provide context for employee rights. This determination is crucial for contractors to ensure compliance with federal regulations, particularly regarding fair labor standards and employee compensation on government contracts. Overall, it serves to uphold worker protections within federal contracting frameworks.
    The document is an amendment (0001) to a solicitation identified by number 140FS125Q0062, modifying specific terms of the associated contract. It stipulates that the contractors must confirm with the Project Coordinator regarding the completion of all necessary permitting prior to the commencement of work. This confirmation is emphasized due to the possibility that the start date is subject to change or delay, particularly related to permitting responsibilities assigned to the U.S. Fish and Wildlife Service (USFWS). The amendment does not extend the deadline for offers, which remains unchanged. The overall period of performance for this contract is set from May 1, 2025, to July 1, 2027, and the document outlines requirements for acknowledgment of the amendment by offerors as a condition for their proposals to be considered. This amendment ensures that all parties are aware of the critical permitting issues that may impact contract execution and compliance with the associated timelines.
    This document serves as Amendment 0002 to solicitation number 140FS125Q0062, pertaining to a contract for Noxious Weed Control (Pesticide Application) at Antelope Flats, Klamath Basin National Wildlife Complex. The amendment extends the deadline for quote submissions to June 5, 2025, at 1500 Eastern Daylight Time and modifies the solicitation's basis for award to "lowest price technically acceptable." Vendors must submit a technical proposal and capability statement limited to two pages, confirming necessary state and federal pesticide certifications. The solicitation is set aside for small businesses, adhering to federal acquisition guidelines. Additionally, all offers must be submitted by registered entities in the System for Award Management (SAM), ensuring compliance with FAR regulations. The document outlines the responsibilities of the contractor, details about subcontractor information requirements, and defines performance periods for the contract—June 2025 to November 2025 for the base year, and subsequent option years extending to July 2027. This amendment ensures clarity in submission procedures, compliance standards, and expectations for contractors, highlighting the government's focus on environment management while fostering small business participation.
    The document outlines Amendment 03 to a solicitation numbered 140FS125Q0062 for a government contract issued by the U.S. Fish and Wildlife Service (FWS). This amendment modifies the Statement of Work and extends the deadline for receipt of offers to June 24, 2025, at 1200 ED. The period of performance for the contract spans from June 9, 2025, to July 1, 2027. Contractors must acknowledge the receipt of the amendment prior to the specified deadline, and they can do so through various methods including written communication or electronic means referencing the solicitation and amendment numbers. The amendment specifies that all other terms and conditions of the original solicitation and prior amendments remain effective unless otherwise stated. The document serves as a formal notification of changes in the solicitation to ensure that all prospective offerors are adequately informed and can respond accordingly.
    The document is a Request for Quotations (RFQ) issued by the U.S. Fish & Wildlife Service for a firm-fixed-price contract for noxious weed control services at Antelope Flat in Tulelake, California. The solicitation is set aside exclusively for small businesses and follows federal acquisition regulations. The contract covers labor, equipment, materials, and supervision for pesticide application, with a base performance period from May 1, 2025, to July 1, 2025, and potential option years extending to July 1, 2027. Offerors must submit their quotes by April 10, 2025, detailing their compliance with requirements including registration in the System for Award Management (SAM). The government aims to evaluate bids primarily based on price and value while ensuring compliance with environmental guidelines, as reflected in the required representations and certifications concerning telecommunications equipment, small business involvement, and sustainability practices. This RFQ emphasizes the need for environmentally responsible procurement and outlines regulatory compliance details essential for eligibility and successful quotation submission. Overall, the document affirms the government's commitment to utilizing small businesses while addressing environmental sustainability in federal projects.
    The U.S. Fish and Wildlife Service (FWS) has issued a request for contractors to provide noxious weed control services at Antelope Flats, part of the Klamath Basin National Wildlife Refuge. The contract requires spot herbicide treatments over a 298-acre area for invasive species, particularly meadow foxtail, using specified glyphosate and aminopyralid products. The vendor must conduct treatments from June to November 2025, with options for additional treatments in 2026 and 2027. Contractors must possess necessary licenses, equipment for precise application, and the ability to report GPS tracking data. All operations must comply with federal pesticide regulations, and treatments must minimize environmental impacts. The contractor will be responsible for herbicide application, maintenance, and progress reporting, while the FWS will provide essential maps and treatment schedules. This initiative is part of the implementation of the Federal Noxious Weed Act of 1974, aimed at managing invasive plant species on federal lands effectively.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    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.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@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.
    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--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.