Herbicide Services for Barren River Lake
ID: W912QR25QA023Type: 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
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for herbicide application services at Barren River Lake in Glasgow, Kentucky. The contractor will be responsible for providing all necessary management, personnel, materials, and equipment to perform herbicide applications in designated recreation areas, adhering to strict environmental regulations and safety protocols. This procurement is significant for maintaining the ecological balance and recreational quality of the area, with a total contract value of up to $9.5 million, structured as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Interested small businesses must submit their quotes electronically by April 9, 2025, to Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil, and are encouraged to inspect the site prior to bidding.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 2:05 PM UTC
The document is the Register of Wage Determinations under the Service Contract Act, providing wage and fringe benefit information for contractors in Kentucky's Adair, Barren, Clinton, Cumberland, Metcalfe, Monroe, Russell, and Simpson counties. It outlines minimum wage rates that contractors must pay based on the effective dates of contracts and applicable Executive Orders (EO 14026 and EO 13658). For contracts starting or renewed after January 30, 2022, the minimum wage is $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, it is $13.30 per hour. Additionally, the document includes a comprehensive list of occupations, their corresponding wage rates, and regulations regarding benefits such as health, vacation, and sick leave under EO 13706. The conformance process for unlisted occupations and wage rates is also detailed, emphasizing the importance of compliance with wage determinations in federal contracts, ensuring fair compensation for labor performed under federal contract guidelines.
Apr 3, 2025, 2:05 PM UTC
The document outlines Wage Determination No. 2015-5829, issued by the U.S. Department of Labor under the Service Contract Act (SCA), indicating the minimum wage rates and fringe benefits required for federal contracts in Kentucky. It highlights the applicability of Executive Orders 14026 and 13658, suggesting a minimum hourly wage of $17.75 or $13.30 depending on the contract period. The document details numerous occupations with their corresponding wage rates, emphasizing adjustments for complicated contract terms and competitive job classifications. Furthermore, it incorporates requirements for health and welfare benefits, paid vacation, paid sick leave, and provisions to reimburse uniform costs. Contractors must also follow certain conforming procedures for any unlisted employee classifications. The overall purpose of the document is to ensure fair compensation and establish minimum employment standards for contract workers under federal governance, thereby safeguarding worker rights while fulfilling government contractual obligations.
Apr 3, 2025, 2:05 PM UTC
The document outlines herbicide application details for areas related to a dam and storage facility as of January 30, 2023. It specifies the use of Glyphosate and Crossbow as herbicides, detailing the application acreage: 15.52 acres for the dam area, 0.30 acres specifically for Crossbow applications, and 1.23 acres for the lower storage area, along with a perimeter measurement of 0.58 acres. This information is significant as it outlines the planned management of vegetation and potential environmental impacts within these areas. The application figures are crucial for monitoring weed control efforts and ensuring compliance with environmental standards in maintenance practices. The document's structured approach provides a straightforward depiction of land use and herbicide application metrics necessary for local and state compliance and potential future grant applications related to land management.
The document outlines a planned herbicide application for the Tailwater streambank, covering an area of 0.56 acres. This initiative is likely part of a federal or state environmental management effort aimed at controlling invasive plant species or enhancing water quality within the streambank ecosystem. The accompanying map provides a visual reference, indicating the application area and including features such as parking and roads. The precision in measuring the herbicide application area reflects careful planning, essential for compliance with environmental regulations and minimizing impact on surrounding habitats. The focus on targeted herbicide application suggests a systematic approach to ecosystem management, which may align with broader governmental objectives in habitat preservation and resource management.
Apr 3, 2025, 2:05 PM UTC
Apr 3, 2025, 2:05 PM UTC
Apr 3, 2025, 2:05 PM UTC
This document outlines the procedures for submitting inquiries related to proposals for the solicitation number W912QR25QA023 issued by the US Army Corps of Engineers (USACE). Offerors are instructed to utilize ProjNet, a bidder inquiry system, for technical questions but must submit their proposals according to the solicitation's guidelines. Registration on ProjNet is required, and detailed steps for user registration and future inquiry access are provided. Communication through ProjNet is limited, and the government will not entertain inquiries five days before the proposal closing date. Responses to inquiries are non-binding unless formal amendments are issued. Furthermore, offers will not be publicly opened, and the evaluation status will remain confidential. This procedure ensures a structured approach to proposal inquiries, emphasizing compliance with established protocols and deadlines. The document serves as a guide for offerors navigating the proposal process and clarifies the submission and inquiry protocols within the context of federal procurement practices.
Apr 3, 2025, 2:05 PM UTC
The document outlines procedures for offerors participating in a federal solicitation identified by Solicitation Number 854ZP5-EQYU9T. It instructs bidders to submit technical inquiries regarding proposal procedures exclusively through the ProjNet system, not through direct proposals. Bidder registration is required for accessing ProjNet, and a Bidder Inquiry Key is provided for system entry. Offerors must follow specific steps for both initial and future access, using a secret question for login. Inquiries submitted will receive email acknowledgments, and answers will be provided by the technical team after processing. The document emphasizes that proposals must follow stated provisions and not be submitted via ProjNet. It also states that government responses to inquiries are not binding unless formal amendments are issued. Moreover, the system for submitting inquiries will be disabled five days before the submission deadline. This document serves as a guide to ensure compliance with the solicitation requirements and proper communication channels for prospective bidders, reflecting the structured nature of government RFP processes.
Apr 3, 2025, 2:05 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) for herbicide application services at Barren River Lake, running from May 1, 2025, to February 28, 2030. It includes relevant requisition and solicitation details, contact information, and requirements under federal contract guidelines. The contract specifies itemized pricing for a base year, followed by option years, all under a Firm Fixed Price arrangement. Contractors must comply with cybersecurity measures, including adherence to NIST SP 800-171 standards. The contract incorporates various federal acquisition regulations, including ethical conduct, labor standards, and preferences for prioritizing small businesses. This solicitation aims to fulfill government contracting needs while promoting engagement with economically disadvantaged and women-owned enterprises, reflecting the government's commitment to diversity in procurement. The overall purpose is to ensure compliant and effective service delivery while adhering to established federal regulations and protocols.
Apr 3, 2025, 2:05 PM UTC
The Women-Owned Small Business (WOSB) solicitation outlines a federal contracting opportunity specifically targeting commercial products and services related to herbicide application at Barren River Lake. The solicitation includes essential information such as requisition and solicitation numbers, contact details, and compliance requirements, notably the need for contractors to safeguard covered defense information as per NIST standards. The contract emphasizes the importance of adhering to the Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines, including cybersecurity measures and restrictions on certain telecommunications and products from specified regions to ensure national security. Contractors must register in the Supplier Performance Risk System (SPRS) and have a current NIST SP 800-171 assessment during the award process. The solicitation promotes utilization of small business concerns and stipulates specific contract terms, such as limitations on subcontracting and wage determination requirements. The document concludes with detailed clauses covering various federal hiring standards and compliance with labor laws, highlighting the government's commitment to equitable opportunities for women-owned businesses in government contracting, alongside maintaining regulatory compliance and national security interests.
Apr 3, 2025, 2:05 PM UTC
The Women-Owned Small Business (WOSB) solicitation outlines a contract opportunity for herbicide services at Barren River Lake, with a total award amount of USD 9,500,000. Issued by the U.S. Army Corps of Engineers, the document includes essential details such as contact information, procurement methods, and solicitation timelines. Contractors must comply with various Federal Acquisition Regulation (FAR) clauses and Department of Defense (DoD) guidelines, particularly regarding the safeguarding of sensitive government information through NIST SP 800-171 requirements. Additionally, the contract emphasizes the promotion of small business participation, specifically targeting economically disadvantaged and women-owned businesses. Key clauses mandate reporting requirements and compliance standards for employment rights, contractor ethics, and the prohibition of specific telecommunications equipment. This procurement initiative reflects government efforts to foster diversity in contracting while ensuring security and regulatory compliance in defense-related projects. The document is structured to guide potential bidders on required submissions, contract terms, and operational obligations, aligning with federal grant and RFP protocols.
Apr 3, 2025, 2:05 PM UTC
This document details an amendment to a solicitation by the Corps of Engineers, specifically regarding the receipt and modification of offers related to contracts and orders. The main updates include an extension of the deadline for submitting offers, the requirement for bidders to acknowledge receipt of the amendment, and newly added site visit information. Prospective contractors must contact Daniel Taylor for site visit arrangements at the provided contact details. The amendment outlines inspection and acceptance locations for different line items, all centered at Barren River Lake in Glasgow, Kentucky, emphasizing the government's role in inspection. Additionally, the document incorporates the FAR clauses regarding prohibitions on contracting with specific corporations and the process for site visits. Overall, the amendment ensures clarity in solicitation procedures, facilitates contractor engagement via site visits, and maintains adherence to federal contracting regulations, reflecting the government's structured approach in managing procurement and contract modifications.
Apr 3, 2025, 2:05 PM UTC
The document serves as an amendment to a solicitation for a government project, specifically extending the deadlines related to receipt of offers and modifying contract details. It emphasizes the importance of acknowledging receipt of the amendment to ensure the validity of offers, listing various methods by which contractors can respond. The amendment details modifications pertinent to contract documentation, including updated mappings and instructions for the herbicide application project in Kentucky. Notably, it includes new attachments, such as updated maps and specific instructions, while some previous documents were deleted. These changes aim to maintain clarity and keep bidders informed of the latest requirements and materials for the project. This amendment underscores the significance of adhering to procedural standards in federal contracting and reflects ongoing efforts to improve project execution and compliance with regulations.
Apr 3, 2025, 2:05 PM UTC
The government document outlines a Request for Quote (RFQ) for herbicide application services at the Barren River Lake project recreation areas in Glasgow, KY. This opportunity is exclusively set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million. A Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded based on the lowest price, allowing for specific task orders. The base contract period runs from the award date through February 28, 2026, with options to extend for up to four additional years. Prospective contractors are encouraged to inspect the work site prior to submitting bids, as failure to do so will not mitigate any subsequent claims. Quotes, which must include unit prices for all items, are due by April 9, 2025, and must be submitted electronically to the specified email address. Contractors must also be registered in the System for Award Management (SAM) to participate. All financial transactions will be made via Electronic Funds Transfer (EFT), adhering to federal payment regulations. This solicitation emphasizes stringent proposal submission guidelines and the importance of compliance with government contracting standards.
Apr 3, 2025, 2:05 PM UTC
Apr 3, 2025, 2:05 PM UTC
The Barren River Lake Herbicide Services Contract outlines the management and execution of herbicide application services to control undesirable vegetation in the Barren River Lake recreation areas in Kentucky. The contractor is responsible for providing necessary personnel, equipment, and materials while adhering to strict safety and environmental regulations. Key tasks include using specific herbicides for different locations, including rock riprap and campground areas, with an emphasis on achieving a 100% kill rate of targeted vegetation while protecting desirable plants. The contract specifies reporting obligations, adherence to safety protocols, and the necessity of securing required permits. The work must be coordinated with the government representative, maintaining compliance with project timelines and quality standards. Overall, this document highlights the government’s commitment to preserving recreational areas while complying with environmental regulations and ensuring public safety through professional and careful management of herbicide treatments.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Maintenance of Boundary Line - Green River Lake
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the maintenance of boundary lines at Green River Lake in Campbellsville, Kentucky. The project involves inspecting and marking government fee boundary lines in Taylor and Adair counties, with contractors responsible for providing personnel, tools, and transportation, while the government will supply boundary sleeves and placards. This contract, valued at approximately $9.5 million, is set aside for small businesses under the NAICS code 561730 (Landscaping Services) and must be completed by March 30, 2026. Interested contractors should contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further details and ensure compliance with wage determinations and federal contracting regulations.
Herbicide Spraying for USACE Philadelphia District Field Sites
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is soliciting bids for herbicide spraying services across five flood control projects and the Chesapeake and Delaware Canal, with a total estimated contract value of $9,500,000. The primary objective is to manage unwanted woody vegetation and invasive species to ensure the integrity of earthen structures and facilitate navigation along the canal. This contract, categorized as a Firm Fixed Price service agreement, will run from June 1 to July 31, 2025, and requires contractors to provide all necessary manpower, equipment, and materials while adhering to federal and state pesticide regulations. Interested parties should submit their quotes via email to the designated contacts, Connor Struckmeyer and Brandon Mormello, and are encouraged to monitor the SAM.gov website for updates and additional information regarding the solicitation.
Maps Uploaded
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide herbicide application services for invasive plant control in Southern Lane County, Oregon, as part of the Willamette Valley Project. The contract involves managing approximately 234.2 acres across 14 parcels, focusing on the treatment of invasive species to protect native ecosystems and endangered species. This initiative is crucial for maintaining ecological balance and adhering to federal environmental regulations. Interested contractors should submit quotes to Raymie Briddell and Darrell Hutchens by April 23, 2025, with a total contract value of $22 million and services expected to commence between June 1, 2025, and May 31, 2026.
Buckhorn Tailwater Stabilization
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the Buckhorn Tailwater Stabilization project in Buckhorn, Kentucky. This project aims to repair approximately 500 feet of streambank along Squabble Creek, which has suffered severe erosion due to a flood event in 2022, affecting adjacent camper pads and campground infrastructure. The scope of work includes regrading the streambank, installing rip rap stone protection, and making various repairs to campsites and the campground road, with a focus on environmental protection due to the presence of endangered species. The contract is set aside for small businesses, with an estimated value between $500,000 and $1,000,000, and bids are due by May 8, 2025, at 10:00 AM ET. Interested contractors should contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545 for further details.
Buckhorn Tailwater Streamline Erosion
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
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.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
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 seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
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 soliciting contractors for the control of aquatic invasive plant species at East Brimfield Lake in Fiskdale, Massachusetts. The project requires the application of Granular Fluridone herbicide to manage Fanwort and Eurasian Milfoil across approximately 43 acres, with an option to treat an additional 8 acres, along with conducting a post-treatment survey and providing a detailed report on the effectiveness of the treatment. This initiative is part of the federal commitment to manage aquatic ecosystems and engage small businesses in environmental conservation efforts. Interested contractors must be registered in the System for Award Management (SAM) and comply with safety and reporting requirements, with the project expected to conclude by October 2025. For further inquiries, contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.
Dam Vegetation Maintenance Services for Belton Lake, Stillhouse Hollow Lake, Georgetown Lake, Texas
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Dam Vegetation Maintenance Services for Belton Lake, Stillhouse Hollow Lake, and Georgetown Lake in Texas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for mowing services on embankments and adjacent areas of the dams, with the contractor responsible for all necessary personnel, equipment, and materials. The contract is a total small business set-aside, with an anticipated award date around April 30, 2025, and requires firms to be registered with the System for Award Management (SAM) to be eligible for contract award. Interested parties can contact Bonifacio Magdaleno at BONIFACIO.MAGDALENO@USACE.ARMY.MIL or Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL for further information.