John T Myers Locks and Dam Herbicide Services
ID: W912QR25QA016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for herbicide services at the John T. Myers Locks and Dam located in Mount Vernon, Indiana. The contract requires the contractor to provide all personnel, equipment, and materials necessary for herbicide application and aerial spraying services, adhering to strict safety and regulatory standards. This procurement is crucial for effective vegetation management and environmental maintenance at the dam site, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their quotes electronically by March 24, 2025, with a total award amount of $9,500,000 available for the contract, which is set to commence on April 1, 2025. For further inquiries, potential bidders can contact Maxwell Williams at maxwell.s.williams@usace.army.mil or by phone at 502-315-6493.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines essential exhibits related to contracts involving government RFPs, grants, and RFP processes at federal, state, and local levels. It includes site maps, sample forms, occupational definitions per the Service Contract Act, and formal plans for quality control and accident prevention. Key components include a contractor discrepancy report, pesticide application records, and detailed job definitions for roles such as janitors, laborers, and truck drivers. The Quality Control Plan focuses on training contractors for compliance with contract specifications, designating a Quality Control Inspector (QCI), conducting routine inspections, and addressing deficiencies promptly. The Accident Prevention Plan Outline emphasizes workplace safety, outlining responsibilities, safety policies, training requirements, job site inspections, and procedures for reporting and investigating accidents. It mandates a comprehensive approach to manage safety and health, ensuring compliance with OSHA standards and detailing required emergency responses and hazard controls. This structured approach affirms the government's commitment to maintaining safety and quality in contract work. Overall, the document serves as a guideline for contractors to adhere to safety regulations, quality assurance practices, and comprehensive reporting mechanisms within government contracting frameworks.
    The government document outlines a Price Breakout Schedule for herbicide and aerial spraying services at the John T. Myers Locks and Dam in Mount Vernon, Indiana, for the base year 2025 and four option years through 2029. The schedule specifies line items for herbicide spraying, broken down by each year with quantities and unit costs. For the base year, there are two herbicide applications and one aerial spraying for 24 acres. Each subsequent option year similarly details the herbicide spraying, maintaining a quantity of two per year, while the aerial spraying recurs in the first and third years. The total cost summation for the base year and all option years is indicated but not filled in. This document serves as part of a Request for Proposal (RFP) process, aiming to solicit bids for environmental maintenance services in accordance with government funding and regulatory guidelines, ensuring compliance with local management of invasive species or vegetation control at the dam site.
    The document provides detailed instructions for bidders accessing the ProjNet system for the US Army Corps of Engineers (USACE) solicitation number W912QR-25-Q-A016. It outlines the registration process, which includes creating a user account with personal and company information and setting a secret question for future login purposes. Bidders must acknowledge that they will not receive a password and must use the secret question and answer for subsequent logins. All technical inquiries must be submitted via the Bidder Inquiry System on ProjNet, with the deadline for all inquiries set for March 17, 2025. Responses to inquiries will be communicated via email after processing by the technical team. Bidders are encouraged to review the specifications and previous inquiries before submitting new questions. For assistance, a call center is available during weekdays. This document serves as an essential guide for bidders to navigate the ProjNet system effectively, ensuring compliance with proposal submission protocols while facilitating clear communication regarding inquiries.
    The document pertains to the Representations and Certifications (Reps & Certs) required for potential contractors participating in federal government RFPs. It requests the company's basic contact information, business size classification, and registration status with the System for Award Management (SAM). Contractors must provide a Tax ID, Unique Entity Identifier, and CAGE number. A pre-bid site visit is encouraged, requiring coordination with a designated Lockmaster for arrangements. This document serves to ensure that contractors meet essential qualifications and regulatory standards before bidding, contributing to the integrity of the procurement process in government contracting.
    The Women-Owned Small Business (WOSB) solicitation is a federal request for proposals (RFP) focused on contracting herbicide spraying services for the John T. Myers Locks and Dam. The contract, identified by requisition number W912QR25QA016 and set to commence on April 1, 2025, has a total award amount of $9,500,000. The contractor is required to perform all necessary services in compliance with federal, state, and local regulations, including attending a pre-performance meeting. The RFP outlines specific service requirements such as herbicide spraying tasks, with options for aerial spraying and additional jobs over a specified period up until December 31, 2029. Several FAR (Federal Acquisition Regulation) clauses are incorporated by reference, emphasizing compliance with various federal requirements, including anti-trafficking and labor standards. Moreover, the solicitation establishes criteria for small business participation, particularly for economically disadvantaged and women-owned entities, to promote inclusivity in government contracting. This initiative reflects the government's commitment to leveraging small businesses for public service contracts while ensuring adherence to environmental management and public safety standards.
    The John T. Myers Locks & Dam's Herbicide Spraying Contract outlines the requirements for herbicide application services at the site, located in Mt. Vernon, IN. The contractor is responsible for providing all personnel, equipment, and materials needed for the spraying services, adhering to strict safety, environmental, and quality control standards as dictated by federal, state, and local regulations. Key stipulations include obtaining necessary permits, maintaining personnel qualifications, and reporting accidents or damage promptly. Herbicide applications must be performed during designated working hours, avoiding weekends and holidays, and using only approved products under the supervision of licensed applicators. Further, a quality control program is mandated to ensure all services meet contract specifications, while the contractor must cooperate with other contractors and government personnel to avoid conflicts. The document emphasizes the importance of maintaining public safety and safeguarding government property throughout the project's duration. Overall, this contract aims to ensure effective vegetation management while prioritizing safety and regulatory compliance throughout the service provision.
    This Request for Quote (RFQ) from the United States Corps of Engineers outlines the procurement for herbicide spraying services at the John T. Myers Locks & Dam in Mt. Vernon, Indiana. The contractor must provide all necessary resources to fulfill the contract and ensure compliance with legal and regulatory requirements. Attendance at a pre-performance meeting is mandatory. The procurement is exclusively open to small businesses under NAICS code 561730, with a size limit of $9.5 million. Quotes must be submitted by March 24 at 1:00 PM CST, via electronic submission only, to a specified email address. The award will be made to the lowest-priced qualified bidder. Notably, contractors must adhere to cybersecurity standards as mandated by the National Institute of Standards and Technology (NIST) and must complete the System for Award Management (SAM) registration prior to quote submission. The document emphasizes the importance of timely registration and compliance with the required assessments to avoid delays in contract approval. Overall, this RFQ is structured to facilitate efficient contract execution while ensuring compliance with federal standards and regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    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.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.