NY-MONTEZUMA NWR-HERBICIDE APPLICATION
ID: 140FS325Q0064Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 4:00 PM UTC
Description

The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keith_rose@fws.gov or by phone at 612-713-5423 for further details.

Point(s) of Contact
Files
Title
Posted
The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically for contracts in various administrative, automotive, food service, and healthcare occupations in New York's Genesee, Schuyler, Seneca, and Steuben counties. It mandates compliance with minimum wage requirements set by Executive Orders 14026 and 13658, applicable based on contract dates. For contracts starting or renewed from January 30, 2022, the minimum wage is $17.75 per hour. Various profession-specific wage rates are provided, including fringe benefits like health and welfare, vacation, and paid holidays. The document details the procedure for requesting additional classifications and fringe rates for employees not listed. Additionally, it emphasizes adherence to the paid sick leave requirements under EO 13706 for eligible contracts. This comprehensive guidance ensures proper compensation and treatment for covered workers, aligning with government policies and commitments to secure fair labor practices within federal contracts.
The document outlines the "Register of Wage Determinations" pertaining to contracts governed by the Service Contract Act, issued by the U.S. Department of Labor. It specifies wage rates, which contractors must adhere to when signing federal contracts. The minimum wage rates are contingent on the contract’s initiation date, with current rates set at $17.75 per hour under Executive Order 14026 for contracts signed after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document lists various occupations with corresponding wage rates in Pennsylvania, detailing fringe benefits and explaining the process for requesting additional classifications and wage rates. Occupations range from administrative support and technical roles to various maintenance services, each with stipulated hourly wages and benefits. Moreover, it highlights the mandatory provisions for sick leave and other employee protections under federal regulations. Overall, this file serves as an essential guideline for compliance in federal contracting, ensuring fair wages and adequate worker rights across multiple job categories.
The United States Department of the Interior's Fish and Wildlife Service outlines a Performance Work Statement for aerial herbicide application to control Common Reed (Phragmites australis) at Montezuma National Wildlife Refuge in New York and Erie National Wildlife Refuge in Pennsylvania. The project aims to enhance the quality of freshwater marsh habitats by targeting Phragmites to promote native plant species conducive to waterbird populations. At Montezuma, the treatment covers approximately 130 acres of Hidden Marsh, while Erie involves spray treatments across Mill Marsh and Cooper’s Marsh, totaling 25 acres. The application will employ a foliar technique using glyphosate-based herbicides supplied by the refuge. The treatments must occur within a specified window between August 1 and September 20, 2025, with the contractor responsible for ensuring minimal disruption to wetland integrity. Contractors must meet specific licensing and experience requirements, including evidence of past herbicide application success. Deliverables include maps and detailed reports on chemical usage, with a goal of achieving at least 85% control over Phragmites within a year post-treatment. Bids will be evaluated based on performance history, pricing, and operator qualifications, reflecting the project's emphasis on environmental stewardship and habitat management.
Apr 4, 2025, 10:04 PM UTC
The document is a Past or Present Performance Survey designed for companies to supply information regarding their previous contracts or subcontracts, particularly in relation to government projects, as part of federal RFPs and grants. It collects essential details, including the company’s general business information, details on prime contracts or subcontracts including contracting agency, financial figures, scopes of work, and performance metrics, along with challenges related to quality control or safety plans. The survey emphasizes the need for comprehensive data on the nature and outcomes of the projects undertaken, including any subcontracting arrangements. Respondents are required to certify the accuracy of the information provided through a signature process. The structure of the document includes fields for company identification, sections dedicated to individual contracts with specific inquiries, and a certification area for the preparer. It aims to assess a company's qualifications and reliability as a potential contractor for government contracts, illustrating the importance of past performance in the bidding process. This form reflects the rigor involved in government procurement processes to ensure that firms meet established standards for delivery and quality in public sector projects.
Apr 4, 2025, 10:04 PM UTC
The document outlines a Request for Quote (RFQ) for Herbicide Application Services at the Montezuma National Wildlife Refuge in New York and Erie National Wildlife Refuge in Pennsylvania, issued by the U.S. Fish and Wildlife Service. The solicitation, numbered 140FS325Q0064, is targeted at small businesses and falls under the North American Industry Classification Standard (NAICS) code 115112. Prospective contractors must demonstrate technical capabilities, experience, and management plans relevant to herbicide application, and provide evidence of past performance on similar contracts. Key details include a mandatory site visit scheduled for April 23-24, 2025, which is critical for the technical evaluation process. Offers must be submitted by April 30, 2025, with an anticipated award date of May 15, 2025. Furthermore, participants must be actively registered in the System for Award Management (SAM) and comply with specified federal acquisition regulations. The evaluation process emphasizes technical experience, proposed approaches to service delivery, and past performance. The document encapsulates guidelines essential for potential contractors, including submission requirements and contractual terms. This RFQ illustrates the federal government's efforts to engage small businesses in environmental management projects while ensuring compliance with regulatory standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
CT-FWS STEWART B MCKINNEY-PESTICIDE
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for herbicide application services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, under solicitation number 140FS325Q0066. The primary objective is to control invasive swallow-wort species through a targeted chemical treatment over a 4.18-acre area, with the goal of reducing its coverage by 30% during two application phases in 2025. This initiative is crucial for restoring native plant habitats and supporting local wildlife, aligning with broader environmental management efforts. Interested small businesses must submit quotes by April 25, 2025, following a mandatory site visit on April 23, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit a contract for the control of invasive reed canary-grass on Buffalo Slough Island as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. This initiative aims to enhance the survival and growth of planted trees over approximately 9.5 acres of tribal land owned by the Prairie Island Indian Community in Goodhue County, MN. The contract will be a firm-fixed-price agreement, set aside for small businesses, with a performance period from June 1, 2025, to July 30, 2027. Interested contractors should monitor the Contract Opportunities website for the forthcoming solicitation details and must be registered in the System for Award Management (SAM) prior to award. For further inquiries, Scott Hendrix can be contacted at scott.e.hendrix@usace.army.mil or by phone at 651-290-5406.
F--WY GL GU WEED & PEST
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is soliciting quotes for weed control services at the Glendo and Guernsey Powerplant Operations Areas in Wyoming, under Solicitation No. 140R6025Q0022. The contract requires the control of woody and broadleaf weeds on federal lands, with specific performance periods from May 1, 2025, to September 30, 2030, and additional pesticide support from April 1, 2025, to March 31, 2026. This initiative underscores the federal government's commitment to environmental management and land stewardship, ensuring compliance with safety and herbicide regulations. Interested small businesses must acknowledge receipt of amendments, participate in a mandatory site inspection on April 3, 2025, and submit their proposals by the specified deadlines; for further inquiries, contact Melissa Parkison at MParkison@usbr.gov or call 801-524-3880.
Control of Aquatic Invasive Plant Species, East Brimfield Lake, Fiskdale, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors to perform aquatic herbicide treatments at East Brimfield Lake in Fiskdale, Massachusetts, targeting invasive plant species such as fanwort and Eurasian milfoil. The project requires the application of Granular Fluridone across approximately 43 acres, with an option to treat an additional 8 acres, along with conducting a post-treatment survey to evaluate the effectiveness of the herbicide and provide future management recommendations. This initiative underscores the commitment to managing aquatic invasive species while promoting engagement with small businesses in federal contracting opportunities. Interested contractors must hold an active registration in the System for Award Management (SAM) and comply with safety and reporting requirements, with the contract expected to last until October 2025. For further inquiries, contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.
F--Herbicide Application- Big Thicket NP, Texas
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide herbicide application services at Big Thicket National Preserve in Texas. The project involves treating 52 acres to control resprouting shrubs and hardwood trees, thereby supporting the restoration of Longleaf pine ecosystems by eliminating specific invasive species. This procurement is crucial for environmental management efforts and aims to ensure the preservation of native flora within the preserve. Proposals are due by April 22, 2025, at 12:00 PM Mountain Time, and interested parties must contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further details.
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.
SUSIE EAST HERBICIDE WEEDS TREATMENT
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for the Susie East Herbicide Weeds Treatment project, aimed at managing invasive weed species across approximately 4,606 acres in Elko, Nevada. The contractor will be responsible for the ground-based application of specified herbicides, including 2,4-D and Chlorsulfuron, while adhering to environmental regulations and ensuring the protection of nearby water sources. This initiative is critical for preserving local ecosystems and managing invasive species effectively, reflecting the government's commitment to sustainable land management practices. Interested small businesses must submit their proposals by the specified deadline, with the contract anticipated to commence on June 2, 2025, and conclude by July 18, 2025. For further inquiries, potential bidders can contact Matthew Merritt at mbmerritt@blm.gov or by phone at (775) 861-6742.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Dworshak Treatment of Noxious and Pest Weeds
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors to provide non-personal services for the treatment of noxious and pest weeds on lands surrounding Dworshak Dam and Reservoir in Idaho. The contract involves chemical and mechanical treatments targeting various invasive weed species across approximately 168 acres, with specific requirements for herbicide application and adherence to safety and environmental regulations. This initiative is crucial for managing natural resources and ensuring the ecological integrity of the area, which supports recreational activities and public safety. Interested contractors must possess a valid Idaho State Professional Pesticide Applicator’s License and submit proposals by the deadline, with the performance period set from May 1 to August 31, 2025. For further inquiries, contact Gregory Moyer at Gregory.Moyer@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil.