Update, CLINs changed: Willamette Valley Project Terrestrial Weed Treatment
ID: W9127N25QA032Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 9:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Willamette Valley Project Terrestrial Weed Treatment in Cottage Grove, Oregon. The project aims to control invasive plant species across approximately 234.2 acres through spot spraying and broadcast treatment methods, addressing federal policy requirements to protect endangered species and native ecosystems. This contract, valued at $22 million, is set to run from June 1, 2025, to May 31, 2026, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors must submit their quotes by April 23, 2025, to the designated contacts, Raymie Briddell and Darrell Hutchens, via email.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 10:05 PM UTC
The Willamette Valley Project, managed by the Portland District of the Army Corps of Engineers, is conducting a Terrestrial Weed Treatment project in Lane County, Oregon. This initiative aims to control noxious and invasive weeds across approximately 234 acres of public land to protect the ecosystem, infrastructure, and endangered species. The project involves both spot and broadcast spraying methods for various exotic plants on specific dates between 2025 and 2026. The contractor is responsible for supplying all necessary resources, including skilled personnel and equipment, while adhering to stringent safety and environmental regulations. The contract outlines detailed performance standards, requiring compliance with federal and state laws regarding herbicide application and environmental protection. The contractor must also experience in managing noxious species familiar to western Oregon. Key performance indicators include thorough documentation of herbicide use, timely completion of tasks, and minimal impact on non-target species and the environment. Inspections will ensure compliance, with penalties for unacceptable performance. Overall, this document serves as a formal guideline to ensure effective management of invasive species while safeguarding native flora and fauna in sensitive areas.
The current document is inaccessible, displaying an error suggesting a missing or unviewable file in Adobe Reader. As a result, no contents, main topics, or key ideas can be extracted for summarization. Without the proper context or details provided in the document, it is impossible to analyze or summarize any potential RFPs, federal grants, or state and local RFPs contained within. To proceed, it is necessary to retrieve a functional version of the document for a thorough review and subsequent summation.
The document discusses the need for Adobe Reader to view certain files related to federal government RFPs, grants, and state and local RFPs. It highlights the possibility that the user may not have the appropriate version of Adobe Reader installed or that their system is not correctly configured for viewing PDF files. The download link provided directs users to the Adobe website for instructions on installation and configuration. The main purpose of the document is to ensure users can access essential information pertaining to government solicitations, which are critical for securing federal funding and opportunities for local projects. Without proper access to files, potential applicants may miss out on valuable opportunities. Therefore, following the instructions for resolving PDF viewing issues is crucial for participation in government procurements and grant processes.
Apr 16, 2025, 10:05 PM UTC
The Engineering Manual EM 385-1-1, revised on March 15, 2024, outlines updated safety and occupational health requirements for U.S. Army Corps of Engineers (USACE) personnel and contractors. The revision shifts the title from “Safety and Health Requirements Manual” to “Safety and Occupational Health Requirements” and introduces the Corps of Engineers Safety and Occupational Health Management System (CE-SOHMS). Key changes include eliminating the term "Government Designated Authority," streamlining content, and specifying new requirements for site safety officers, fire prevention protocols, and safety measures for vehicles and machinery. The manual underscores compliance with federal and state regulations, incorporating references to various safety standards and protocols. It mandates the creation of Activity Hazard Analyses (AHAs) for work tasks, detailing risk management processes, and establishing the roles and responsibilities of supervisors and safety personnel. Overall, this manual aims to enhance safety culture across USACE operations, ensuring a structured approach to hazard identification, risk assessment, and mitigation, critical for safeguarding personnel and maintaining operational efficiency in federally funded construction and maintenance projects.
Apr 16, 2025, 10:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the monitoring procedures and responsibilities of the Contracting Officer’s Representative (COR) for the Willamette Valley Project Terrestrial Weed Treatment. Its purpose is to establish methods for assessing contractor performance against specified standards in the Performance Work Statement (PWS). The document emphasizes a performance management approach that focuses on achieving results rather than strict compliance with processes, allowing contractors greater flexibility to improve services while meeting performance objectives. Key roles include the Contracting Officer (CO), responsible for overall contract administration, and the COR, tasked with conducting quality assurance monitoring and reporting. Performance standards are defined in the PWS, with a variety of monitoring methods such as periodic and 100% inspections, alongside customer feedback mechanisms. The plan mandates that performance issues are addressed through corrective action plans when standards are not met. Documentation requirements are clearly outlined to support performance evaluation, and regular communication is expected between the contractor and government representatives to discuss performance trends and strategies for improvement. The QASP signifies a commitment to effective contract management and accountability, ensuring only services that meet or exceed established quality levels are compensated.
Apr 16, 2025, 10:05 PM UTC
The document pertains to federal and state/local Requests for Proposals (RFPs) and grants, focusing on opportunities for funding and collaboration in various sectors. It emphasizes the importance of adherence to specified guidelines and standards for applicants seeking financial assistance. Key areas of interest include project eligibility criteria, application deadlines, funding amounts, and the required documentation for successful submissions. The structure of the RFPs typically includes sections detailing the project goals, criteria for evaluation, and the expectations of proposals regarding project management and implementation plans. Additionally, there are specific directives for compliance monitoring, reporting requirements, and accountability for funds disbursed. This document serves as a comprehensive resource for potential applicants to navigate the intricacies of securing federal and local funding, promoting transparency, and fostering competitive bidding processes. It underscores the significance of strategic planning and thorough documentation to enhance proposal effectiveness, thereby maximizing the likelihood of funding approval.
Apr 14, 2025, 3:05 PM UTC
The document outlines a solicitation for services related to the Willamette Valley Project, focused on terrestrial weed treatment to control invasive plants in Southern Lane County, Oregon. The United States Army Corps of Engineers (USACE) seeks bids for the treatment of approximately 234.2 acres of invasive species across multiple parcels, aiming to protect endangered species and native ecosystems. The project requires spot and broadcast herbicide application done by contractors, which aims to meet federal policies regarding invasive plant control. Key details include a total contract value of $22 million, a one-year performance period commencing on June 1, 2025, and requisite environmental safety compliance measures. The solicitation includes various federal acquisition clauses and regulations that govern the contracting process, including small business participation directives, warranty obligations, and payment terms. This solicitation exemplifies the government's approach to managing environmental challenges while engaging small businesses, particularly women-owned and disadvantaged enterprises, thereby fulfilling multiple policy objectives concurrently. 本文强调了联邦投标过程的结构、要求以及确保项目和环境安全的必要措施。
Apr 16, 2025, 10:05 PM UTC
The document outlines a solicitation by the United States Army Corps of Engineers (USACE) for the control of invasive plants in Southern Lane County, Oregon, specifically through the Willamette Valley Project. It details the services required for herbicide application over 234.2 acres in fourteen parcels, aiming to protect native ecosystems and endangered species from invasive species' threats. The project is primarily in response to federal policy requirements for ecological restoration. The contract, with a total award amount of $22,000,000, is set to deliver services between June 1, 2025, and May 31, 2026. It specifies a firm fixed pricing arrangement for various treatments of different invasive species, including exotic blackberry and reed canary grass, through both spot spraying and broadcast spray techniques. Key personnel and points of contact are identified, ensuring coordination throughout the project. Moreover, it adheres to specific Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance and operational standards necessary for federal contracts. This solicitation exemplifies the government's proactive approach to maintaining environmental integrity while providing opportunities for women-owned and small businesses in contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
Dworshak Treatment of Noxious and Pest Weeds
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors to provide non-personal services for the treatment of noxious and pest weeds on lands surrounding Dworshak Dam and Reservoir in Idaho. The contract involves chemical and mechanical treatments targeting various invasive weed species across approximately 168 acres, with specific requirements for herbicide application and adherence to safety and environmental regulations. This initiative is crucial for managing natural resources and ensuring the ecological integrity of the area, which supports recreational activities and public safety. Interested contractors must possess a valid Idaho State Professional Pesticide Applicator’s License and submit proposals by the deadline, with the performance period set from May 1 to August 31, 2025. For further inquiries, contact Gregory Moyer at Gregory.Moyer@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil.
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
Green Peter Dam Spawning Surveys 2025
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a contract to conduct Spring Chinook Salmon spawning surveys above Green Peter Dam from May 2025 to April 2026. The contractor will be responsible for collecting biological data through weekly spawning surveys, carcass counts, and comprehensive reporting to support salmon conservation efforts. This initiative is crucial for wildlife management and ecological sustainability, ensuring compliance with federal regulations regarding endangered species. Interested small businesses must submit their quotes by April 21, 2025, and are required to have active registration in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil.
Schafer Dam, Success Lake - Weed and Pest Control Base + 4
Buyer not available
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.
Carr Creek Lake Herbicide Contract (2025 only)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a herbicide application contract at Carr Creek Lake in Knott County, Kentucky, specifically for the year 2025. The contractor will be responsible for providing all necessary materials, labor, and management to ensure effective herbicide application across multiple designated sites, adhering to strict environmental guidelines and federal regulations. This project is crucial for maintaining ecological balance and preventing contamination in water bodies, emphasizing the government's commitment to sustainable land management practices. Interested small businesses must submit their quotes electronically by April 23, 2025, following a mandatory site visit on April 16, 2025, and can direct inquiries to Justin McPherson at justin.m.mcpherson@usace.army.mil or by phone at 502-315-7057. The total funding amount for this contract is $9.5 million, with a focus on engaging small businesses under the SBA set-aside program.
B--VEGETATION SURVEY PROJECTS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Vale Vascular Plant Surveys in Oregon, aimed at conducting comprehensive botanical assessments across approximately 9,671 acres. The primary objectives include identifying and mapping target vascular plant species and noxious weeds while providing detailed ecological descriptions of the surveyed areas, with the performance period set from May 15, 2025, to July 20, 2027. This project underscores the importance of environmental stewardship and the conservation of unique plant habitats, aligning with federal regulations and the inclusion of small businesses in federal contracting opportunities. Interested parties must submit their proposals by May 8, 2025, and direct any inquiries to Linda Neely at lneely@blm.gov or by phone at 458-899-4077.
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.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.