Carrizo Cane Eradication
ID: RFICarrizoCaneType: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified contractors for the Carrizo Cane Eradication project, aimed at removing the invasive Carrizo cane from designated areas along the Southwest border. The project encompasses tasks such as site assessment, strategic removal, post-removal restoration, and waste management, with a focus on enhancing border security and complying with environmental regulations. This initiative is critical for improving land management and restoring native species in the affected regions. Interested vendors must respond to the market research request by December 31, 2025, and can direct inquiries to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) 20154537 outlines the U.S. Customs and Border Protection's requirement for a contractor to eradicate the invasive Carrizo cane from designated Southwest border areas and restore native species. This effort aims to enhance border security, comply with environmental regulations, and improve land management. The contractor's tasks include site assessment, strategic removal using mechanical, chemical, or manual methods, post-removal restoration with native vegetation, and proper waste management. The project has a 12-month base period with a 12-month option. It also details strict security requirements for Controlled Unclassified Information (CUI), personnel access, and incident reporting, including specific guidelines for Personally Identifiable Information (PII) and credit monitoring. Contractors must ensure all personnel are U.S. citizens or lawful permanent residents, pass background checks, and comply with all government security protocols.
    The RFI seeks information from companies capable of planning and executing a long-term strategy (3-5 years) to eradicate Carrizo cane (Arundo donax) from Southwest border areas. The project aims to enhance operational efficiency, comply with environmental regulations, and address structural and ecological priorities, including improved border security, habitat restoration, and sustainable land management. The RFI requests details on proposed vegetation and root removal techniques, chemical application strategies, and seeding/planting plans. Companies must describe their capabilities in project management, staffing, quality assurance, and safety, highlighting relevant corporate experience and innovative tools for remote areas. Additionally, the RFI asks for staff credentials, certifications, staffing capabilities, labor categories, estimated labor rates for specific Texas locations (Rio Grande Valley, Laredo, Del Rio), and anticipated pricing models. Plans for teaming or subcontracting arrangements to manage the broad scope and geographic spread, as well as foreseen challenges and mitigation strategies, are also required.
    The document outlines a Rough Order of Magnitude (ROM) request for proposals for the eradication of Carrizo Cane, due by January 6, 2026. The request details three task areas with corresponding price estimates per acre. Task 1, "Aerial Mapping & Site Preparation," priced at $800.00/acre, involves identifying Carrizo Cane, flagging target areas, establishing buffer zones, planning access routes, and implementing erosion control. Task 2, "25-Foot Buffer & River’s Edge," estimated at $15,800.00/acre, focuses on establishing buffer zones along river edges, mechanically cutting cane, treating regrowth with herbicides, monitoring for 12 months, and maintaining the area. Task 3, "25-Foot Inland Zone," priced at $37,300.00/acre, includes establishing inland buffer zones, mechanical cutting, shallow root plowing, raking or burying rhizomes, seeding with native species, providing water usage reports, monitoring, retreating regrowth, maintaining with mowers, light tilling, and aerial drone herbicide treatment.
    Lifecycle
    Title
    Type
    Carrizo Cane Eradication
    Currently viewing
    Sources Sought
    Similar Opportunities
    Carrizo Cane Eradication
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking contractors for the Carrizo Cane Eradication project aimed at removing the invasive Carrizo cane from designated areas along the Southwest border, particularly in Texas. The project requires the development and execution of a comprehensive long-term strategy that includes site assessments, various removal methods, and the planting of native species, all while adhering to environmental regulations and supporting border enforcement priorities. This initiative is crucial for enhancing border security, restoring habitats, and ensuring sustainable land management. Interested contractors must submit their responses, including a Market Research Questions form and a Pricing Rough Order of Magnitude (ROM) form, by December 31, 2025, to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project along the U.S./Mexico Border in Texas. The procurement involves maintenance, repair, and improvement services for various TI assets, including roads, bridges, fences, vegetation control, and drainage systems, across the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors. This initiative is crucial for maintaining border security infrastructure and ensuring operational efficiency. Interested 8(a) contractors must attend a mandatory site visit scheduled for January 6-8, 2026, and submit RSVPs by December 26, 2025, to the designated contacts, Muhanad Sasa and Donna McMullen, via email.
    CBP Design-Build Construction IDIQ
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at designing and constructing various CBP facilities across the United States. The scope of work includes the construction, renovation, and maintenance of facilities such as checkpoints, sector headquarters, and border patrol stations, utilizing a Design-Build delivery method to address outdated infrastructure critical for modern border security operations. The total estimated value of the IDIQ contracts is $10 billion, with a minimum order value of $10,000 per task order and a contract duration of five years from the date of award. Proposals are due by January 20, 2026, and interested parties should direct inquiries to Sai Velaga at sai.p.velaga@cbp.dhs.gov or Gary Robertson at gary.r.robertson@cbp.dhs.gov.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    White Sage Aerial Seeding
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for an aerial seeding project covering 950 acres affected by the White Sage fire in the Kaibab National Forest, Arizona. The objective is to apply a specific seed mixture to prevent the encroachment of invasive species, particularly cheatgrass, into sensitive cactus habitats, ensuring uniform coverage at a rate of 30 seeds per square foot. This project is critical for the protection of local ecosystems and requires strict adherence to quality control, safety, and environmental compliance standards. Interested parties should direct inquiries to Vincent Gulley at vincent.gulley@usda.gov or call 202-321-7822, with a deadline for questions set for December 26, 2025, at 12:30 PM EST, and an anticipated project start date in November 2025.
    Reestablish a Mexfly Citrus Research Grove at Moore Air Base, Edinburg, Texas
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified small businesses to reestablish a Mexfly Citrus Research Grove at the Insect Management and Molecular Diagnostics Lab (IMMDL) in Edinburg, Texas. The project aims to support fruit fly eradication and detection efforts by establishing a 2.5-acre research grove, which includes tasks such as land clearing, installation of irrigation systems, and construction of raised beds, all to be completed by March 30, 2026. This procurement is crucial for enhancing agricultural pest management and ensuring the health of citrus crops. Interested contractors must submit their quotations by the specified deadline, with inquiries directed to Margaux Nenichka at Margaux.G.Nenichka@usda.gov. The contract is set aside for small businesses, with a total estimated value to be determined based on submitted quotes.