Santa Rosa Vegetation Removal
ID: W912PP25Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST ALBUQUERQUEALBUQUERQUE, NM, 87109-3435, 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 a firm, fixed-price contract for vegetation removal services at the Santa Rosa Dam in New Mexico. The contract involves a combination of herbicide application and mechanical removal of invasive plant species across approximately 25 acres, aimed at maintaining the dam's stability and safety while adhering to strict environmental standards. This initiative is crucial for preserving the ecological health of the dam area and ensuring compliance with federal regulations regarding pesticide use. Proposals are due by 5:00 PM on May 7, 2025, and interested contractors should contact MAJ Matthew Nulk at matthew.nulk@usace.army.mil or 505-342-3449 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for vegetation removal services at the Santa Rosa Dam, specifying the requirements for the contractor's responsibilities. The contractor must provide comprehensive labor, management, equipment, and materials needed to perform vegetation removal twice during the growing season, specifically from September 1 to June 30, while adhering to environmental regulations regarding chemical use to safeguard aquatic resources. Key financial details include a pricing schedule for the base year and options for subsequent years, where cost per acre and extended prices must be filled in by bidders. The project emphasizes effective herbicide application during active vegetation growth to ensure maximum efficacy. Responsibilities include compliance with federal, state, and local tax regulations. The point of contact for this project is Gary L. Cordova, emphasizing the importance of communication in the bidding process. Overall, this RFP reflects the government's initiative to maintain the ecological health of the dam area while providing clear guidelines for potential contractors.
    The Performance Work Statement (PWS) outlines a non-personal services contract for vegetation control at Santa Rosa Dam, involving herbicide application and mechanical removal of invasive plant species. The contract, governed by U.S. Army Corps of Engineers guidelines, aims to maintain dam stability and safety by removing vegetation on approximately 25 acres, performing treatments in fall and spring. The contractor must provide all necessary personnel and equipment while adhering to strict safety and environmental standards, including the development of quality control and environmental protection plans. Work hours are defined, and contractors are obligated to ensure proper security measures and employee training regarding environmental hazards. Key personnel include a Contract Manager who oversees the execution of work and ensures adherence to contract provisions. The government will supply site access and some materials but not equipment or utilities. The contract emphasizes stringent record-keeping and compliance with federal regulations regarding pesticide use and environmental protection, with a clear set of deliverables due at specified intervals. The overarching goal is to ensure that the project meets safety, environmental, and operational standards while effectively managing vegetation to uphold the integrity of the dam.
    The document outlines the solicitation for a firm, fixed-price service contract (W912PP25Q0015) for vegetation removal at Santa Rosa Dam, NM, issued by the US Army Engineer District, Albuquerque. Proposals are due by 5:00 PM on May 7, 2025. The contractor is expected to provide all necessary labor, equipment, and materials, adhering to federal and state regulations. The document specifies eligibility criteria, including small business designations (e.g., service-disabled veteran-owned, 8(a), HUBZone), and underscores the necessity for contractors to register in the System for Award Management (SAM). Critical sections include submission instructions, invoice protocols, and clauses applicable to the contract, reflecting compliance requirements with federal regulations, such as limitations on payments, reporting obligations, and ensuring a drug-free workplace. Option years for contract extension are detailed, facilitating potential long-term engagement. This solicitation represents a significant opportunity for eligible businesses and emphasizes the importance of compliance with mandatory federal contracting rules, thereby fostering transparency and fairness within the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield Center, CT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is issuing a presolicitation notice for Chemical Vegetation Control Services at Mansfield Hollow Lake in Mansfield Center, Connecticut. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform chemical vegetation control across approximately 55 acres, which includes maintenance spraying, spot treatments, and cut stump treatments on various structures and shorelines. This service is crucial for maintaining the ecological balance and safety of the lake area, ensuring that vegetation does not impede structural integrity or recreational use. The solicitation documents will be available online around December 22, 2025, and interested vendors must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be addressed. For further information, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    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.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    FY26 Pointe Lookout Harbor Maintenance
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Detroit District, is conducting a Sources Sought notice for maintenance services at Pointe Lookout Harbor in Au Gres, Michigan. The primary objective is to address significant overgrowth of vegetation, including tree cutting, herbicide application, and removal of invasive species to restore the structural integrity and functionality of the harbor's breakwall. This opportunity is crucial for maintaining the harbor's operational capacity and ensuring environmentally responsible practices during the maintenance process. Interested businesses, both small and large, are encouraged to submit their capabilities and past project experiences by December 15, 2025, to Contract Specialist Noah Bruck at noah.r.bruck@usace.army.mil and Contracting Officer Stephanie M. Craig at stephanie.m.craig@usace.army.mil.