FY25 IDIQ's for GHMC Aerial Insecticide Treatments
ID: 12639525Q0079Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL FERTILIZATION/SPRAYING (F001)

Set Aside

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

    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors for the FY25 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for aerial insecticide treatments targeting pest management on rangelands. The procurement involves firm fixed-price contracts for the aerial application of insecticides, with contractors responsible for providing aircraft and insecticides while the government supplies maps and oversight. This initiative is crucial for managing pest populations effectively, ensuring agricultural health, and adhering to environmental regulations. Interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or by phone at 161-233-63602 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA APHIS Rangeland Grasshopper and Mormon Cricket Suppression Program outlines the procedures and specifications for aerial application contracts targeting pest management on rangelands. It includes terms for firm fixed-price contracts covering insecticides applied via aircraft, detailing roles for contracting officials, aircraft categories, operational hours, and equipment requirements. The document emphasizes adherence to environmental regulations and effective operational management to ensure timely program completion. Responsibilities are divided between the contractor, who provides aircraft and insecticides, and the government, which supplies maps and maintains oversight. Specific methodologies for treatment, including Traditional Uniform Coverage and Reduced Agent and Area Treatments (RAATs), optimize treatment efficacy while minimizing costs. Thorough performance evaluations post-contract assess compliance with safety and operational standards. This structured approach aims to effectively manage pest populations while adhering to federal regulations, reflecting the government’s commitment to agricultural health and environmental safety.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Entomology Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from Women-Owned Small Business (WOSB) contractors for the provision of entomology supplies, including specific herbicides such as Triad Select, Ranger Pro, and Bayer Oust XP. The procurement aims to secure these essential pest control agents and disinfectants, which are critical for maintaining operational readiness and environmental safety at Selfridge ANGB in Michigan. The contract includes detailed acceptance and inspection criteria, with a delivery deadline set for September 30, 2025, and emphasizes compliance with federal acquisition regulations, including subcontracting limitations and quality standards. Interested contractors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or by phone at 1-877-933-3243 for further inquiries.
    Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying IDIQ 2025-2030
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for the Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying Indefinite Delivery Indefinite Quantity (IDIQ) contract for the period of 2025-2030. This procurement aims to address the management and control of noxious weeds and invasive species in the designated recovery lands, ensuring the preservation of the local ecosystem and compliance with environmental regulations. The services required are critical for maintaining environmental health and supporting biodiversity in the area, with the work to be performed in Vermillion, South Dakota. Interested small businesses are encouraged to reach out to Brianna Wohlers at Brianna.N.Wohlers@usace.army.mil or Constance Ellard at constance.r.ellard@usace.army.mil for further details, as this opportunity is set aside for total small business participation.
    S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior's National Park Service is seeking qualified vendors to provide insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona under solicitation number 140P1525Q0039. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years, aimed at ensuring a safe environment for park visitors by effectively managing pest-related challenges. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and demonstrate their capabilities through an experience narrative and references for similar projects. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    Co-Ral with 42% Coumaphos active strength
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to establish a sole source contract with Covetrus North America LLC for the procurement of Coumaphos Co-Ral, an insecticide critical for the Cattle Fever Tick Eradication Program. This contract, valued at approximately $3 million over three years, aims to support efforts in mitigating cattle fever ticks, with an initial funding amount of $509,000 allocated for fiscal year 2025. Coumaphos Co-Ral is the only dip currently permitted that meets the necessary regulatory criteria, having been evaluated for both efficacy and safety, underscoring its importance in maintaining cattle health. Interested parties can reach out to Jason L. Wilking at Jason.L.Wilking@usda.gov or call 612-336-3210 for further information regarding this opportunity.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking a qualified contractor to serve as a Pest Control Service Advisor/Manager for its facilities in Albany, California. The contractor will provide essential pesticide advisory and supplemental spraying services for various plant species, including tomatoes, wheat, and maize, while addressing threats from fungal, bacterial, and viral pathogens, as well as insect pests. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested parties should contact Shelley C Steen at shelley.steen@usda.gov or call 510-559-6350 for further details, as the contract includes a base year and four option years with specified service hours and invoicing requirements.
    VIPR I-BPA for Weed Washing Units for East Zone (Region 1, 2 and 4)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide Weed Washing Units under the VIPR I-BPA for the East Zone, which encompasses Regions 1, 2, and 4. The procurement aims to support forestry operations by ensuring effective weed management through specialized washing units, which are crucial for maintaining ecological balance and preventing the spread of invasive species. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and interested parties can reach out to Melissa Maestas at melissa.maestas@usda.gov or by phone at 970-508-0603 for further details. The solicitation is currently open, and vendors are encouraged to submit their proposals in a timely manner.
    Pest Management Services (Natick, MA)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Garrison Natick, is seeking qualified contractors to provide comprehensive pest management services in Natick, Massachusetts. The procurement requires the contractor to deliver Integrated Pest Management (IPM) services, which include pest surveillance, identification, control measures, and emergency response capabilities, while adhering to federal and state regulations regarding pesticide application and waste disposal. This initiative is crucial for maintaining a safe and healthy environment on the installation, ensuring effective pest control and compliance with safety standards. Interested parties can reach out to Michael Franciose at michael.w.franciose.civ@army.mil or Brandon Rivett at brandon.j.rivett.civ@army.mil for further details regarding the opportunity.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    VIPR I-BPA for Weed Washing Unit for Regions 3, 5, and 6
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking to establish multiple agreements for the procurement of Weed Washing Units to support fire suppression and related all-hazard incidents across Regions 3, 5, and 6. These units are essential for effective response operations, requiring contractors to provide high-pressure wash systems that meet specific environmental standards, maintain operational equipment, and ensure trained personnel are available while adhering to safety regulations. The agreements will facilitate year-round use, with peak demand anticipated from March to October, although no orders are guaranteed. Interested parties can contact Briana Chalmers at briana.c.chalmers@usda.gov or by phone at 803-497-5383 for further details regarding this total small business set-aside opportunity.