Invasive Species Plant Survey
ID: FA9101-25-SSINVASIVESPECIESType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Environmental Consulting Services (541620)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking sources for an invasive species plant survey at Arnold Air Force Base (AFB) in Tennessee. The objective of this procurement is to identify and assess the presence of invasive plant species across the base's diverse habitats, evaluate current management strategies, and recommend future actions to enhance ecosystem health. This initiative is crucial for maintaining the ecological integrity of the 39,081-acre site, which supports various habitats and rare species. Interested businesses are encouraged to submit a capability package by April 30, 2025, including company information and comments on the draft Statement of Objectives, with the anticipated NAICS code being 541620. For further inquiries, contact Andrew Waggoner at andrew.waggoner.3@us.af.mil or Erica Anglin at erica.anglin@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Objectives (SOO) outlines the technical support required for a survey of invasive plant species at Arnold Air Force Base (AFB) in Tennessee. Arnold AFB encompasses 39,081 acres and is vital for the operations of the Air Force Test Center. It has various habitats, including cultivated pine and hardwood forests, wetlands, and areas supporting rare species. The objectives of the survey are to identify specific locations for invasive species assessment, evaluate their presence and extent, analyze current treatment effectiveness, and recommend future management strategies. The project will conclude with a comprehensive survey summary detailing identified species, mapping, percent cover data, and treatment recommendations. The scope of work is set for one base period, emphasizing a collaborative effort with the base's Natural Resources team to enhance the management of invasive species and the health of the ecosystem at Arnold AFB.
    The Arnold Engineering Development Complex (AEDC) at Arnold AFB, Tennessee, is issuing a Sources Sought Notice to identify potential sources capable of conducting an invasive species plant survey in accordance with a draft Statement of Objectives (SOO). The government is considering a firm-fixed-price contract for the services expected to be performed at Arnold AFB. The notice is primarily aimed at gathering information about the capabilities of both small and large businesses. The results will inform procurement strategies, potentially leading to a single-source acquisition or competition. Submissions must include company information, business size classification, a Commercial and Government Entity (CAGE) code, a SAM.gov Unique Entity ID (UEI), and any comments on the draft SOO. Interested parties are encouraged to submit a brief capability package, adhering to specific guidelines, by April 30, 2025. The anticipated North American Industry Classification System (NAICS) code is 541620, with a size standard of $19 million. The notice clarifies that this is not a solicitation or request for proposals, and responses are voluntary. Proprietary information must be clearly marked, and all submissions will become government property. This document serves as a preliminary step in the procurement process for environmental consulting services related to invasive species management.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, which involves commercial and institutional building construction in Coopertown, Tennessee. The procurement aims to finalize an updated Draft Statement of Work (SOW) and address industry questions to clarify project requirements, including contractor responsibilities for Integrated Scheduling, design compatibility with AutoCAD 2018 or later, and professional engineering services. This initiative is crucial for enhancing the operational capabilities of military facilities, ensuring compliance with energy and environmental standards, and facilitating efficient project execution. Interested contractors can reach out to Robert Mosley at robert.mosley.3@us.af.mil or Andrew Waggoner at andrew.waggoner.3@us.af.mil for further details and to review the attached documents for additional insights.
    Forest Inventory and Analysis BPA Suite
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    SL Noise Reduction - Market Intelligence Request
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking market intelligence from vendors for the "SL Noise Reduction" project, aimed at conducting a comprehensive noise assessment study at Arnold AFB in Coopertown, Tennessee. The procurement requires vendors to provide detailed technical capabilities in noise level measurement, solution development, and compliance with regulatory standards, including the modification of exhaust ducts and installation of barriers. This initiative is crucial for ensuring compliance with safety and health standards while mitigating noise levels in both indoor and outdoor areas. Interested vendors should contact Greggory Jones at greggory.jones.4@us.af.mil for further details and must adhere to NIST SP 800-171 compliance, providing their CAGE code to access sensitive project documents.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    BROAD AGENCY ANNOUNCEMENT (BAA)- Research and Development (R&D) for Air Force Airbase Systems
    Dept Of Defense
    The Department of Defense, through the Air Force Civil Engineer Center (AFCEC), has issued a Broad Agency Announcement (BAA) FA8051-24-S-0001 for research and development focused on Airbase Systems over a five-year period. The procurement aims to advance computational technology and software tools, with specific objectives including the development of code generation, debugging techniques, and software infrastructures to enhance performance in various operational environments. This initiative is crucial for supporting the U.S. Air Force’s mission readiness and technological advancement, with a total funding ceiling of $49 million anticipated across multiple awards. Interested parties should submit white papers demonstrating scientific merit and relevant experience, with contact inquiries directed to Toby L. Carnes at toby.carnes.1@us.af.mil or Nikita Chandiramani at nikita.chandiramani@us.af.mil for further details.
    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.