F--Aerial Invasive Species Spraying, NJ-EBF NWR
ID: 140FS325Q0055Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 6:00 PM UTC
Description

The U.S. Fish and Wildlife Service is seeking qualified contractors for a federal contract focused on aerial invasive species spraying at the Edwin B. Forsythe National Wildlife Refuge in New Jersey. The primary objective is to control and eradicate invasive plant species, specifically common reed and Sericea lespedeza, through the application of herbicides during the active growth season from July 15 to September 27, 2025. This initiative is crucial for promoting biodiversity and maintaining ecosystem health within the refuge, highlighting the government's commitment to effective land management practices. Interested small businesses must submit their quotes by April 3, 2025, and can direct inquiries to Contract Specialist Fred Riley at fred_riley@fws.gov or by phone at 413-253-8738.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 2:04 PM UTC
The U.S. Fish & Wildlife Service is soliciting proposals for aerial herbicide application at Edwin B. Forsythe National Wildlife Refuge in Oceanville, New Jersey, aimed at controlling and eradicating common reed and Sericea lespedeza infestations. The work involves supplying necessary equipment, labor, and materials, while the refuge will provide specific herbicides. The herbicides must be applied between July 15 and September 1 during the active growth season to ensure efficacy, with coverage targets set at a minimum of 90% for treated areas. Contractors are required to follow strict guidelines regarding herbicide use, including using only approved products registered for aquatic use, ensuring public safety during application, and maintaining compliance with safety and environmental regulations. The application is preferred via Unmanned Aerial Systems (UAS), though alternative methods may be permitted if UAS operations cannot be approved. Contractors must submit an application plan, including chemical details and safety measures, for review prior to starting work. They are also responsible for liability insurance and must ensure no harm to non-target species or adjacent properties. The document outlines a structured approach to ensure effective treatment of invasive species while adhering to safety and legal requirements.
Mar 28, 2025, 2:04 PM UTC
The document outlines a Request for Proposal (RFP) for herbicide application services at the Edwin B. Forsythe National Wildlife Refuge in Oceanville, New Jersey, with a scheduled performance period from July 15, 2025, to September 27, 2025. The RFP specifies the application of herbicides targeting two types of invasive plants: Phragmites, requiring treatment over 285 acres, and Lespedeza, covering 30 acres. The unit price quoted for each acre is inclusive of all necessary supplies and materials to complete the work in accordance with the Performance Work Statement (PWS). This initiative aims to manage invasive vegetation to promote biodiversity and ecosystem health within the refuge, indicating a commitment to effective land management practices within federal habitats. The structured quantification of treatment areas signals the expectations for bidders to provide competitive and comprehensive cost estimates that align with federal funding standards.
Mar 28, 2025, 2:04 PM UTC
The document outlines Wage Determination No. 2015-4189 issued by the U.S. Department of Labor under the Service Contract Act. It mandates that federal contracts must adhere to minimum wage rates established by Executive Orders 14026 and 13658. Contracts effective from January 30, 2022, require a minimum wage of $17.75 per hour, while earlier contracts not renewed after this date must pay at least $13.30 per hour. The document provides detailed wage rates for various occupations in New Jersey's Atlantic County, distinguishing rates for administrative, automotive, health, and technical roles, among others. It emphasizes the requirement for contractors to provide defined health and welfare benefits, paid sick leave under EO 13706, vacation entitlements, and holidays. Additionally, it addresses the process for requesting classifications and wage rates for unlisted job types and includes specific provisions for hazardous pay and uniform allowances. This determination is crucial for contractors engaged in service contracts, ensuring compliance with wage and labor standards while promoting fair compensation across roles.
Mar 28, 2025, 2:04 PM UTC
The document outlines a Past Experience Questionnaire required for businesses bidding on government contracts. It mandates the provision of detailed information about the company, including its corporate status, contact details, and years of relevant experience, both as a Prime and Sub-contractor, specifically addressing federal contracts. The questionnaire requests disclosure about any past project completions and failure to complete any awarded work, alongside information about key personnel involved in the projects. Additionally, respondents must detail employee experience and provide references for contracts executed within the last three years, emphasizing similarity to the current solicitation's scope. The submission of this questionnaire is mandatory for compliance with the solicitation process. It serves as a tool for the government to assess contractors' capabilities and track record, ensuring that potential vendors can undertake the required work effectively.
Mar 28, 2025, 2:04 PM UTC
This document is an amendment to solicitation number 140FS325Q0055 regarding a contract modification for aerial invasive species spraying at the Edwin B. Forsythe National Wildlife Refuge. The main purpose of the amendment is to extend the due date for quotes to April 3, 2025, at 2 PM EST. It outlines the necessary steps for contractors to acknowledge receipt of the amendment, including methods of communication such as letters or electronic means that reference the solicitation. The amendment also clarifies that all other terms and conditions of the solicitation remain unchanged. Contact points for further information include the Technical Point of Contact, Joseph Smith, and the Contracting Officer, Fred Riley. This amendment underscores the importance of timely submissions and adherence to procedural requirements in the government procurement process.
Mar 28, 2025, 2:04 PM UTC
The document outlines a Request for Proposals (RFP) regarding the aerial spraying of invasive species at the Edwin B. Forsythe National Wildlife Refuge in New Jersey. The RFP details the solicitation number (140FS325Q0055) and identifies the contractor contact, Fred Riley, with specific phone numbers and emails for inquiries. It specifies the period of performance for the contract, which extends from July 15, 2025, to September 27, 2025, and mandates delivery to designated locations. Furthermore, it emphasizes compliance requirements, including adherence to federal regulations such as the Federal Acquisition Regulation (FAR) and maintenance of service contracts provisions. The document also includes various clauses that set forth the contract terms regarding payment processing, subcontracting opportunities for small businesses, and other federal compliance matters. It highlights small business participation, particularly emphasizing provisions for service-disabled veteran-owned small businesses (SDVOSBs) and economically disadvantaged women-owned small businesses (EDWOSBs). Overall, the RFP signifies the government's efforts to manage invasive species while engaging qualified contractors in environmental service work, adhering to regulatory frameworks for federal contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
CA-KLAMATH BSN NWR COMPLX PESTICIDE TREA
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide noxious weed control services at Antelope Flats, part of the Klamath Basin National Wildlife Refuge in California. The contract involves spot herbicide treatments over a 298-acre area to manage invasive species, particularly meadow foxtail, using specified glyphosate and aminopyralid products, with treatments scheduled from June to November 2025 and options for additional treatments in subsequent years. This initiative is crucial for the effective management of invasive plant species on federal lands, aligning with the Federal Noxious Weed Act of 1974 and emphasizing environmental sustainability. Interested contractors must submit their quotes by April 10, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
S--MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. The procurement involves regular mowing and trimming to maintain grass height below three inches from April to November, with a total contract value of $9.5 million and options for renewal over four additional years. This contract is crucial for maintaining the aesthetics and environmental integrity of the refuge, ensuring compliance with federal standards while promoting participation from small businesses, particularly those classified as Indian Small Business Economic Enterprises (ISBEE). Interested bidders must submit their quotations by April 8, 2025, following a site visit on April 1, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
Invasive Species Control
Buyer not available
The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for an indefinite delivery/indefinite quantity requirements contract focused on invasive species control at the Naval Support Activity (NSA) Crane in Indiana. The contract entails multiple task orders aimed at managing and treating various invasive species infestations, including Wisteria, Kudzu, and Japanese Stiltgrass, among others, with all contractor personnel required to hold appropriate pesticide application certifications and licenses from the State of Indiana. This initiative is crucial for maintaining ecological balance and protecting native flora, with a total contract value not to exceed $5 million over a potential five-year period, including a 12-month base period and four 12-month option periods. Interested parties should reach out to Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Carrie Grimard at carrie.l.grimard.civ@us.navy.mil for further details.
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--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.
BDO BLM FY25 PADDOCK NOXIOUS WEED TRT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for herbicide application services under the project titled "BDO BLM FY25 Paddock Noxious Weed Treatment," aimed at managing invasive noxious weeds in Idaho. The contract, set aside for small businesses, requires contractors to provide all necessary labor, equipment, and herbicides while adhering to strict safety and operational guidelines, including compliance with Idaho commercial applicator licensing. This initiative is crucial for maintaining environmental integrity and effective land management across 2,969 acres, specifically targeting Yellow Starthistle and Common Crupina in five designated treatment areas. Quotes are due by April 9, 2025, with work expected to commence on April 14, 2025, and interested parties can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
SUSIE WEST HERBICIDE WEED TREATMENT
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the Susie West Herbicide Weed Treatment project, aimed at managing invasive weed species across approximately 4,546 acres in Elko County, Nevada. The project requires contractors to supply and apply specific herbicides, surfactants, and dyes, adhering to strict environmental guidelines and application rates, with a performance window from June 2 to July 18, 2025. This initiative is critical for ecological management and habitat protection, reflecting the federal commitment to controlling noxious weeds and restoring public access roads post-treatment. Interested small businesses must submit their proposals by April 18, 2025, and can contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742 for further information.
Allegheny National Forest Backpack Foliar Herbicide
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the application of backpack foliar herbicides on understory vegetation within designated areas of the Allegheny National Forest in Pennsylvania. The primary objective of this procurement is to manage invasive plant species by applying herbicides, specifically Oust XP® and Roundup Custom®, using contractor-supplied spray equipment, while adhering to strict environmental protection guidelines. This initiative is crucial for maintaining ecosystem health and preventing the spread of nonnative species in federal lands. The contract, valued at $11.5 million, has a performance period from July 1, 2025, to September 15, 2025, with proposals due by a specified deadline. Interested parties should direct technical inquiries to Ashley Stoltzfus at ashley.stoltzfus@usda.gov.
Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying IDIQ 2025-2030
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is soliciting proposals for the "Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying IDIQ 2025-2030" contract, which is set aside for small businesses. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to provide weed spraying services to control noxious weeds and invasive species on lands managed by the USACE, with a focus on maintaining environmental integrity while promoting small business participation, particularly from Women-Owned Small Businesses (WOSB). The contract will span a period of five years, with a maximum value of $249,000, and proposals are due by April 18, 2025. Interested contractors should contact Brianna Wohlers at Brianna.N.Wohlers@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.
Aquatic Herbicide Treatment for the Control of Variable Milfoil, Hopkinton Everett Lakes, Hopkinton, NH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking qualified contractors for an aquatic herbicide treatment project aimed at controlling variable milfoil at the Hopkinton-Everett Lakes Flood Control Project in Hopkinton, NH. The work involves providing all necessary materials, equipment, and labor to apply a systematic aquatic herbicide over approximately 38 acres, specifically targeting portions of Elm Brook Pool and Drew Lake, with potential options for additional water testing and reporting. This procurement is crucial for maintaining the ecological balance and water quality in the affected lakes. Interested small business vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around April 7, 2025; inquiries during the presolicitation phase will not be addressed, and the applicable NAICS code is 541990 with a small business size standard of $19.5 million. For further information, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.