Herbicide Application
ID: W912BV25QA011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Landscaping Services (561730)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 7:00 PM UTC
Description

The U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services for the Arkansas River within its operational area in Oklahoma. The procurement involves the transportation and equipment necessary for herbicide application at various locks and dams, including Mayo, Kerr, Webbers Falls, Chouteau, and Newt Graham. This solicitation is a 100% Small Business set-aside, emphasizing the importance of maintaining aquatic environments while managing vegetation. Interested contractors must have an active registration in the System for Award Management (SAM) and provide a valid Pesticide Applicators License with an aquatic category/endorsement from the State of Oklahoma. The solicitation is anticipated to be issued on or about March 21, 2025, and inquiries can be directed to Marcel Pruner at marcel.l.pruner@usace.army.mil or by phone at 918-669-7079.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Herbicide Application
Currently viewing
Solicitation
Similar Opportunities
Aquatic Herbicide Application, East Brimfield Lake, Fiskdale, MA
Buyer not available
The U.S. Army Corps of Engineers – New England District is seeking small business vendors for an upcoming contract focused on Aquatic Herbicide Application Treatments at East Brimfield Lake in Fiskdale, Massachusetts. The project requires the provision of all necessary equipment, materials, labor, and transportation to execute the herbicide application in accordance with the Performance Work Statement. This service is crucial for maintaining the ecological balance and water quality of the lake, ensuring a healthy aquatic environment. The solicitation is expected to be available around April 8, 2025, and interested parties must have an active registration in SAM.gov to be considered; inquiries can be directed to Brian Mannion at brian.t.mannion@usace.army.mil or by phone at 978-318-8478.
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.
Herbicide Services for Barren River Lake
Buyer not available
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.
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.
Milfoil Aquatic Herbicide Treatment Services, Franklin Falls Dam, Franklin, NH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking contractors for Milfoil Aquatic Herbicide Treatment Services at the Franklin Falls Dam in Franklin, New Hampshire. The contractor will be responsible for providing all necessary materials, equipment, and labor to apply a systematic aquatic herbicide to control variable milfoil across approximately 17 acres along the Pemigewasset River. This service is crucial for maintaining the ecological balance and water quality in the area, and may include additional water testing and reporting based on initial treatment results. The solicitation is expected to be available on or about March 31, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
Hand Pulling Milfoil, North Hartland Lake, N. Hartland, VT and North Springfield Lake, Perkinsville, VT
Buyer not available
The U.S. Army Corps of Engineers – New England District is issuing a presolicitation notice for a contract focused on hand-pulling Eurasian watermilfoil at North Hartland Lake in North Hartland, VT, and Stoughton Pond in Perkinsville, VT. The project requires the contractor to provide all necessary labor, equipment, and transportation for the removal of this invasive aquatic plant, with specific restrictions against snorkeling or SCUBA diving during the operation. This procurement is crucial for maintaining the ecological balance of the lakes and ensuring recreational safety, and it is set aside for small business vendors under NAICS code 541990, with a size standard of $19.5 million. Interested vendors must have an active registration in SAM.gov at the time of submission, and the solicitation documents will be available online around April 9, 2025; inquiries during the presolicitation phase will not be addressed.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
Stoplogs and Lifting Beam for Copan Lake, OK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit bids for the fabrication, painting, and delivery of four stoplogs and one lifting beam for Copan Lake, Oklahoma. This procurement is critical for maintaining the operational integrity of the lake's infrastructure, which plays a vital role in water management and flood control. The solicitation is set to be issued on or about April 16, 2024, with a closing date approximately 30 days thereafter, and is exclusively open to small businesses. Interested contractors must ensure they are registered in the System for Award Management (SAM) and include the applicable NAICS code 332312 in their profiles. For further inquiries, potential bidders can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil or by phone at (918) 669-7366.
PCMC Service Contract for Marion Reservoir, Kansas
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for a service contract focused on facilities support at the Marion Reservoir in Kansas. The contract encompasses a range of services including mowing, janitorial work, cleaning of parks, herbicide application, and tree maintenance. These services are crucial for maintaining the operational integrity and aesthetic appeal of the reservoir's facilities, ensuring a safe and pleasant environment for visitors. Interested small businesses are encouraged to reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073, or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL or 918-669-7043 for further details regarding the total small business set-aside opportunity.
Bayou Meto Canal 1000 Phase 3.2
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the Bayou Meto Canal 1000 Phase 3.2 project, which involves the construction of an extensive irrigation canal system in Lonoke County, Arkansas. The project requires the contractor to furnish all necessary labor, materials, and equipment to construct 14,665 linear feet of canal, along with various structures including farm offtakes and siphons, with a total contract value exceeding $10 million. This procurement is set aside for small businesses, and proposals will be evaluated based on technical merit, management approach, past performance, and price, with a contract duration of 763 days. Interested vendors should monitor the Procurement Integrated Enterprise Environment (PIEE) for the solicitation release, expected around April 16, 2025, and submit proposals by May 20, 2025; for further inquiries, contact Sequoria Chatmon at sequoria.l.chatmon@usace.army.mil or call 901-544-0973.