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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    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.
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    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.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield Center, CT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is issuing a presolicitation notice for Chemical Vegetation Control Services at Mansfield Hollow Lake in Mansfield Center, Connecticut. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform chemical vegetation control across approximately 55 acres, which includes maintenance spraying, spot treatments, and cut stump treatments on various structures and shorelines. This service is crucial for maintaining the ecological balance and safety of the lake area, ensuring that vegetation does not impede structural integrity or recreational use. The solicitation documents will be available online around December 22, 2025, and interested vendors must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be addressed. For further information, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.