Cannelton Lock and Dam Herbicide Services
ID: W912QR25QA014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

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, is seeking qualified small businesses to provide herbicide application services at the Cannelton Locks and Dam in Indiana. The contractor will be responsible for managing personnel, materials, and equipment to ensure effective herbicide application in compliance with federal, state, and local regulations, emphasizing safety and environmental stewardship. This contract, valued at approximately $9.5 million, includes a base year and options for renewal through 2029, with bids due electronically by March 18, 2025. Interested contractors should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, providing minimum wage rates for various occupations in Indiana's Perry and Spencer counties. The determination includes changes mandated by Executive Orders 14026 and 13658, detailing minimum wage thresholds for contracts based on their initiation or renewal dates. Workers on contracts starting after January 30, 2022, must earn at least $17.75 per hour, while those under earlier contracts must receive at least $13.30 per hour unless higher rates are specified. The document outlines wage rates for a wide range of occupations, alongside required fringe benefits and details concerning paid sick leave under Executive Order 13706, vacation time, and uniform allowances. It also describes the conformance process for employee classifications not listed in the wage determination, ensuring compliance with federal labor regulations. The wage determination emphasizes worker protections and the importance of adherence to the stated rates and benefits for federal contracts in alignment with governmental standards and regulations.
    The document outlines the Price Breakout Schedule for herbicide spraying services related to the Cannelton Locks and Dam in Cannelton, Indiana. It specifies funding for herbicide spraying across multiple calendar years, beginning with a base year in 2025 through the end of 2029, with each year identified as either a Base or Option Year. Each entry includes a unique line item number (e.g., 0001 for the base year, 1001 for Option Year One, etc.), item description, unit cost, unit of issue, quantity, and the total cost for each line item, although specific costs are not provided in the document. The grand total for the base year and all option years is also indicated as a line for completion. The purpose of this document is to formalize the expected herbicide spraying services over a five-year period as part of a government Request for Proposal (RFP), ensuring that potential contractors understand the scope, timeframes, and administrative framework needed for bidding and execution. This detailed pricing schedule aims to facilitate transparency and clear understanding for contractors involved in federal projects.
    The Cannelton Lock and Dam Herbicide Application Contract outlines requirements for herbicide application services at the Cannelton Locks & Dam site in Indiana. The Contractor is responsible for providing management, personnel, materials, and equipment necessary for effective herbicide application as per federal, state, and local regulations. Key contract elements include safety protocols, quality control measures, and requirements for contractor qualifications and licenses. The contract specifies working hours, necessary permits, and safety-related responsibilities including accident reporting and public safety measures. The Contractor must develop a detailed application plan and submit various documentation before initiating work, ensuring all herbicides used are EPA approved and suitable for vegetation control near water bodies. A structured process for reporting damages and maintaining equipment, alongside mandatory training for personnel handling hazardous materials, is mandated throughout the contract term. Payment procedures are stipulated, linking invoicing to successful completion of work objectives, and providing a framework for addressing unforeseen circumstances that may alter service delivery. This contract reflects a commitment to environmental stewardship and public safety while executing vegetation management at critical infrastructure sites, ensuring compliance with established government standards.
    The document provides detailed instructions for bidders on how to submit inquiries related to proposal procedures and technical questions through the ProjNet system for a federal solicitation identified by Solicitation Number W912QR25QA014. To submit inquiries, bidders must register on the ProjNet platform by providing their details and using the specified Bidder Inquiry Key. Clear steps for registration and future access are outlined, highlighting the importance of using a Secret Question and Answer for login. Inquiries must be submitted at least five days before the closing date of the solicitation, with responses provided by the government within two days of the closure. Bidders are encouraged to search previous inquiries for answers before submitting new ones. The document emphasizes the need for compliance with solicitation provisions and encourages thorough reviews of specifications, reinforcing the role of ProjNet in facilitating communication between bidders and the government. The document closes with contact information for the support call center. Overall, this serves as a guide to ensure bidders understand the inquiry process and timelines crucial for a successful proposal submission.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) aimed at acquiring herbicide application services for the Cannelton Locks and Dam Project. The contract, under requisition number W912QR25QA014, is set for an award amount of USD 9,500,000, with a project initiation scheduled for March 31, 2025, and potential renewal options through 2029. Key details include the contractor's responsibilities, which encompass management, labor, materials, and compliance with applicable regulations. The document specifies various deliverables, including base and option year herbicide spraying services. Important clauses regarding subcontracting limitations, safeguarding contractor information, and adherence to federal regulations, such as the Service Contract Labor Standards, are incorporated. Additionally, the structure stresses adherence to quality, safety measures, and the importance of pre-performance meetings. The document seeks to support small businesses, particularly WOSB, within the government contracting framework, reflecting the agency's commitment to diversity and empowerment in procurement processes.
    This Request for Quote (RFQ) outlines the requirements for herbicide application services at the Cannelton Locks & Dam Project. The selected contractor is responsible for all necessary management, personnel, materials, and equipment to complete the task in compliance with applicable regulations. Contractors must attend a pre-performance meeting and can expect contract renewal options for up to four years. The procurement is exclusively for small businesses under NAICS code 561730, with the award based on the lowest price submitted. The solicitation is only available online, and bids must be submitted electronically by March 18, 2025. Contractors must adhere to cybersecurity standards and be registered in the System for Award Management (SAM) to qualify. Additionally, they are required to submit essential documentation, including a price breakout schedule and performance experience forms. This RFQ emphasizes compliance with federal requirements and underscores the importance of contractor readiness for successful project execution.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring compliance with environmental and safety standards. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities, with an estimated project cost ranging from $250,000 to $500,000. Interested contractors must submit their proposals by March 28, 2025, and can direct inquiries to Joel Huberman at joel.huberman@usace.army.mil or by phone at 502-315-7409.
    Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray on Cold Brook Cottonwood Project Corps of Engineers lands
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray project in Hot Springs, South Dakota. The selected contractor will be responsible for herbicide application to control noxious weeds, ensuring a minimum effectiveness of 95% while adhering to local, state, and federal regulations. This project is crucial for maintaining environmental integrity and public safety in designated areas, with the contract set for one base year starting April 30, 2025, and includes two optional years. Interested bidders should direct inquiries to Casey M. Barber at casey.m.barber@usace.army.mil or Nadine Catania at Nadine.L.Catania@usace.army.mil, and are reminded that this opportunity is a Total Small Business Set-Aside.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    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.
    ODV Vegetative Management IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on vegetation management services in the Willamette Valley and Rogue River Basin Projects. The contractor will be responsible for maintaining Vegetation-Free Zones around 15 interconnected dams, which includes services such as tree and shrub clearing, debris removal, herbicide application, and biological control using goats, all while adhering to strict environmental regulations. This initiative is crucial for ensuring accessibility for surveillance and maintenance of federal infrastructure while promoting environmental stewardship in Oregon. Interested parties should contact Joshua Mahon at joshua.d.mahon@usace.army.mil or Darrell Hutchens at darrell.d.hutchens@usace.army.mil for further details, as the contract is set to span five years from the award date.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for mowing and herbicide application services at the Dredge Material Containment Areas (DMCA) and Bird Island, which are critical for maintaining ecological conditions and operational effectiveness in the Savannah and Brunswick Harbors. This procurement is specifically set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million, and aims to ensure effective land management while adhering to environmental stewardship guidelines. Contractors will be required to submit their proposals by April 3, 2025, at 11:00 AM ET, demonstrating relevant past performance and proof of herbicide licensing in Georgia and South Carolina. For further inquiries, interested parties may contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan Aylesworth at nathan.a.aylesworth@usace.army.mil.
    Dam Mowing Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking qualified firms to provide dam mowing services at Belton Lake, Stillhouse Hollow Lake, and Lake Georgetown in Texas. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for vegetation maintenance, requiring contractors to supply all necessary personnel, equipment, and materials while adhering to stringent performance and safety standards set by the Corps. This initiative is crucial for maintaining the environmental integrity and safety of the dam sites, ensuring compliance with local, state, and federal regulations. Interested businesses, particularly small and disadvantaged enterprises, must respond to the Sources Sought Notice by March 21, 2025, with a potential solicitation anticipated in early fiscal year 2025. For further inquiries, contact Alexander Rust at alexander.g.rust@usace.army.mil or Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for chemical vegetation control services at Mansfield Hollow Lake in Mansfield, Connecticut. The contractor will be responsible for managing vegetation across approximately 50 acres, utilizing state-approved chemicals while adhering to safety, health, and environmental regulations, with a required kill rate of 90% post-treatment. This initiative is crucial for maintaining the ecological balance and functionality of the dam area, reflecting the government's commitment to infrastructure maintenance and environmental stewardship. Interested bidders should contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324 for further details, and must submit their proposals, including accident prevention plans and licenses, by the specified deadlines, with a site visit also required as part of the bidding process.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to perform dredging work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging operation is crucial for maintaining navigable waterways, with a contract value estimated between $10 million and $25 million. The solicitation is expected to be issued on or about December 9, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details.
    W912EE25BA003 - LEASE OF ONE CUTTERHEAD, HYDRAULIC PIPELINE DREDGE (NOT LESS THAN 24 INCH DIAMETER), FULLY OPERATED WITH ATTENDANT PLANT AND PERSONNEL, AND WITH A DRAFT NOT TO EXCEED 9 FEET, FOR CONSTRUCTION AND MAINTENANCE DREDGING WITHIN THE VICKSBURG D
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the lease of one fully operated cutterhead hydraulic pipeline dredge, specifically designed for construction and maintenance dredging within the Vicksburg District in Mississippi. The procurement aims to support vital infrastructure projects and is classified as unrestricted, with an estimated contract value between $5 million and $10 million. This dredging equipment is essential for maintaining navigable waterways and ensuring efficient sediment management in the region. Interested contractors must submit sealed bids by March 26, 2025, and are required to comply with various federal regulations, including the Davis-Bacon Act wage determinations. For further inquiries, contractors can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or by phone at 601-631-5248.