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
    Cannelton Lock and Dam Herbicide Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide herbicide application services at the Cannelton Locks and Dam in Indiana. The contractor will be responsible for managing personnel, materials, and equipment to ensure effective herbicide application in compliance with federal, state, and local regulations, emphasizing safety and environmental stewardship. This contract, valued at approximately $9.5 million, includes a base year and options for renewal through 2029, with bids due electronically by March 18, 2025. Interested contractors should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    Dam Mowing Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking qualified firms to provide dam mowing services at Belton Lake, Stillhouse Hollow Lake, and Lake Georgetown in Texas. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for vegetation maintenance, requiring contractors to supply all necessary personnel, equipment, and materials while adhering to stringent performance and safety standards set by the Corps. This initiative is crucial for maintaining the environmental integrity and safety of the dam sites, ensuring compliance with local, state, and federal regulations. Interested businesses, particularly small and disadvantaged enterprises, must respond to the Sources Sought Notice by March 21, 2025, with a potential solicitation anticipated in early fiscal year 2025. For further inquiries, contact Alexander Rust at alexander.g.rust@usace.army.mil or Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL.
    IDIQ Herbicide Services - Russellville
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide herbicide application services at the Russellville Site Office in Arkansas. This procurement is structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a base period from April 14, 2025, to February 28, 2026, and two option periods extending until February 29, 2028, emphasizing the importance of environmental management and compliance with operational standards. Interested parties must submit their quotes by April 4, 2025, following a site visit scheduled for March 26, 2025, and should contact Taylor B. Mclain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil for further information.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting price proposals for the Cannelton Fixed Weir Repair project at the Cannelton Locks & Dam in Indiana. This project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. The estimated cost for this construction project ranges from $250,000 to $500,000, with proposals due by March 28, 2025, and a mandatory site visit scheduled for February 12, 2025. Interested contractors must be registered in the SAM database and can direct inquiries through the ProjNet system, with the evaluation based on the lowest evaluated price.
    ITAM Aerial Herbicide
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Aerial Herbicide Services at Fort Drum, NY. The contractor will be responsible for aerially applying chemical herbicide via helicopter to restore line-of-sight on various live fire ranges and the Main Impact Area. This service is crucial for maintaining operational readiness and safety in training environments. Interested parties must submit their quotes electronically via the PIEE Solicitation Module, and for further assistance, they can contact Nataly Johnson at nataly.l.johnson.mil@army.mil or by phone at 315-772-5034.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for mowing and herbicide application services at the Dredge Material Containment Areas (DMCA) and Bird Island, which are critical for maintaining ecological conditions and operational effectiveness in the Savannah and Brunswick Harbors. This procurement is specifically set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million, and aims to ensure effective land management while adhering to environmental stewardship guidelines. Contractors will be required to submit their proposals by April 3, 2025, at 11:00 AM ET, demonstrating relevant past performance and proof of herbicide licensing in Georgia and South Carolina. For further inquiries, interested parties may contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan Aylesworth at nathan.a.aylesworth@usace.army.mil.
    ODV Vegetative Management IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on vegetation management services in the Willamette Valley and Rogue River Basin Projects. The contractor will be responsible for maintaining Vegetation-Free Zones around 15 interconnected dams, which includes services such as tree and shrub clearing, debris removal, herbicide application, and biological control using goats, all while adhering to strict environmental regulations. This initiative is crucial for ensuring accessibility for surveillance and maintenance of federal infrastructure while promoting environmental stewardship in Oregon. Interested parties should contact Joshua Mahon at joshua.d.mahon@usace.army.mil or Darrell Hutchens at darrell.d.hutchens@usace.army.mil for further details, as the contract is set to span five years from the award date.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    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.
    Grounds Maintenance Services, Conant Brook Dam, Monson, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking qualified small businesses to provide grounds maintenance services at the Conant Brook Dam in Monson, MA. The procurement involves furnishing all necessary equipment, materials, labor, and transportation to maintain approximately 8.5 acres of biweekly maintenance areas and 6.3 acres of annual mowing areas, including annual side arm rotary mowing. This service is crucial for the upkeep of the dam project area, ensuring a well-maintained environment. The solicitation is expected to be available on or about March 31, 2025, and interested vendors must have an active registration in SAM.gov at the time of submission. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Dworshak Dam Liquid Fertilizer
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified vendors to supply and deliver liquid fertilizer (Urea Ammonium Nitrate, 32-0-0) for the Dworshak Project in Idaho. The procurement aims to enhance nutrient supplementation in the Dworshak Reservoir, requiring the contractor to provide a storage tank of approximately 10,000 gallons capacity and a pumping system for transferring the fertilizer, while ensuring compliance with specific environmental standards regarding trace metals. This initiative is crucial for maintaining the ecological balance of the reservoir, with a rigid schedule for deliveries from May through September 2025. Interested parties must submit their quotes by March 25, 2025, at 11:00 AM PDT, and can direct inquiries to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.