Schafer Dam, Success Lake - Weed and Pest Control Base + 4
ID: W9123825QA007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

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 proposals for weed and pest control services at Schafer Dam, Success Lake, located in Porterville, California. The contract requires the contractor to provide all necessary labor, materials, supplies, permits, licenses, equipment, and supervision to effectively manage weed and pest control in accordance with specified guidelines, with a focus on maintaining public health and safety. This service is crucial for the management of recreational areas and environmental health, ensuring that the facilities remain safe and accessible for public use. Interested small businesses must submit their proposals by April 29, 2025, and are encouraged to attend a site visit on April 10, 2025, for further insights into the project requirements. For inquiries, contact Luis Valencia at luis.a.valencia@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document details various recreational areas and facilities, including the North and South Tule Recreation Areas, Rocky Hill Recreation Area, Headquarters Area, Success Dam, Frazier Dike, and Vista Point. Each area is associated with distinct facilities, such as campgrounds, parking lots, day-use areas, and boat ramps. The North Tule Campground features amenities like a parking lot and a boat ramp, while the South Tule Campground encompasses a day-use area and related access points. Additionally, the Rocky Hill Recreation Area includes essential infrastructure like roads and parking. The Headquarters Area comprises governmental offices, maintenance facilities, and trailheads. The document appears to be part of an RFP or grant application related to the enhancement or management of these recreational spaces, likely aimed at improving access, safety, and user experience in natural recreational settings. This summary captures the essence of the document, highlighting the main features and purposes associated with the recreational facilities mentioned.
    The Performance Work Statement (PWS) outlines the requirements for Weed and Pest Control Services at Success Lake in Tulare County, California, scheduled to begin in June 2025 for an initial one-year period, with four optional years. The contractor must provide all necessary resources, including labor, materials, and permits, while adhering strictly to direct instructions from the Contracting Officer. The scope includes treatments for weeds and pests in various designated areas, along with specific application methods and chemical guidelines. The document mandates rigorous quality control measures, requiring a minimum effectiveness rate of 90% for pest control solutions. Safety protocols, personnel identification, and monthly invoicing procedures are emphasized, including comprehensive reporting and documentation of services performed. The Quality Assurance Surveillance Plan (QASP) will evaluate contractor performance based on quality, schedule adherence, and safety compliance, ensuring satisfactory outcomes for each contract deliverable. Marginal or unsatisfactory performance necessitates corrective actions at no extra cost to the Government. The PWS underscores the Government's commitment to managing environmental factors at Success Lake efficiently while safeguarding public health and safety during pest and weed control operations.
    The document outlines the solicitation for a contract aimed at weed and pest control services at Schafer Dam, Success Lake, California, specifically managed through the Women-Owned Small Business (WOSB) program. It details several key components including the contract number, award date, and contact information. The overall scope includes providing labor, materials, and equipment for services across a designated period from June 2025 to May 2030, with specifications for base and option years outlined in a firm fixed-price format. Important contract clauses regarding payment, compliance, and termination are also included. Additional provisions establish requirements for reporting executive compensation, safeguarding defense information, and prohibitions concerning equipment sourced from particular foreign entities. The document emphasizes compliance with numerous federal guidelines aimed at ensuring transparency, security, and ethical standards in government contracts, illustrating the government's commitment to responsible procurement practices while supporting women-owned businesses in government contracting.
    The document outlines the Q&A section related to the Success Lake Weed and Pest Control contract solicitation. It clarifies that information regarding incumbents and previous awards is publicly available on SAM.gov, and the government will not disclose past contract details. The solicitation is a 100% small business set-aside, without specific preferences for SDVOSB-certified contractors. Contractors are expected to possess relevant pest control experience, as effective pest management is essential for public health and safety. A site visit is scheduled for April 10, 2025, with details accessible via the solicitation. Proposal submissions are to be formatted in PDF/Word/Excel and submitted via email by April 29, 2025. While there is no comprehensive list of approved chemicals, Section 2 of the Performance Work Statement (PWS) details recommended pesticides and herbicides. The document emphasizes the responsibility of contractors to adhere to federal and state regulations regarding chemical applications. Overall, this document serves as a guide for prospective bidders, outlining necessary information and clarifying expectations for the solicitation process.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor for federal contracts, particularly in California's Tulare County. It specifies minimum wage requirements based on Executive Orders 14026 and 13658, effective for contracts awarded or extended after January 30, 2022, setting a base wage of $17.75 per hour. The file details various occupational categories with corresponding wage rates, including administrative support, automotive service, healthcare, and more, each with specific hourly pay. It also mentions fringe benefits, health and welfare compensation, vacation, and holiday entitlements that contractors must provide. The document emphasizes the importance of compliance with these wage mandates, including the conformance process for unlisted job classifications, and references additional worker protections under related executive orders. This comprehensive wage determination is essential for federal contractors in fulfilling legal obligations and ensuring fair compensation for workers engaged under SCA-covered contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Aquatic Plant Control at Raystown Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking vendors for aquatic plant control services at Raystown Lake for the growing seasons from 2026 to 2030. The contractor will be responsible for applying herbicides to twelve designated sites covering a total of 83.5 acres, as well as collecting samples to assess herbicide concentration levels and documenting the effectiveness of treatments on targeted species. This procurement is crucial for maintaining the ecological balance and recreational quality of Raystown Lake. Interested parties should direct inquiries to Clark Miller or Brian Richardson via email, and are encouraged to monitor the notice for any updates or amendments, as this is a Sources Sought Notice and not a formal solicitation.
    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.
    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.
    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.
    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.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Pest Management Services USAG Wiesbaden
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Wiesbaden, is seeking qualified contractors to provide pest management services, including both scheduled and on-demand pest control and surveillance, under a hybrid fixed price and time and materials contract. The contract will span five years, from February 2026 to January 2031, and will require the contractor to utilize an Integrated Pest Management (IPM) approach to address a variety of pests, including rodents, household insects, and public health pests, while adhering to all applicable laws and regulations. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to review the draft Performance Work Statement (PWS) attached to the solicitation, which will be issued before or after November 24, 2025. For inquiries, contact Nancy N. Tagu at nancy.n.tagu.ln@army.mil or by phone at +49 611 143 5466722.
    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.
    Weed Abatement and Power Washing Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential contractors for weed abatement and power washing services at Edwards Air Force Base in California. The primary objective is to perform initial cleanup and quarterly follow-up services, which include removing large weeds and grasses, applying chemical weed inhibitors, and power washing designated buildings and walkways. These services are crucial for maintaining the cleanliness and safety of the base's facilities. Interested parties must submit their company information, experience, and business size classification by 10:00 AM Pacific Standard Time on December 18, 2025, to the primary contact, Karla Vazquez, at karlalizette.vazquezmontes@us.af.mil, or the secondary contact, Carmen Barahona, at carmen.barahona@us.af.mil.