Forest Improvement Herbicide- Fort Drum
ID: W911S224UHERBType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

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

    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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contract aimed at controlling invasive and undesirable vegetation on Fort Drum, New York, through the application of herbicides. The contractor is responsible for all resources, personnel, and equipment, while ensuring compliance with rigorous federal, state, and local regulations concerning environmental protection and safety. Key tasks include multiple herbicide application methods, such as foliar treatments, cut stump treatments, and hack-and-squirt methods, all conducted within designated treatment areas of varying sizes. The contractor must provide qualified herbicide applicators and adhere to strict certification requirements. Environmental compliance is critical, especially regarding the Endangered Species Act and cultural resource protection regulations. The PWS emphasizes the necessity of timely reporting, quality control, and safety measures while detailing the contractor's obligations for permits and the management of hazardous materials. Overall, this document serves to ensure effective vegetation management while safeguarding Fort Drum's diverse ecosystems and ensuring contractor accountability.
    The government document outlines the parameters and expectations surrounding federal grants and RFPs (Request for Proposals) at both federal and state/local levels. The primary purpose is to inform potential applicants about the funding opportunities available for various projects that align with governmental priorities. Key points include eligibility criteria, application processes, and the guidelines governing project proposals. Additionally, the document emphasizes the importance of compliance with federal regulations, the need for transparent financial reporting, and the evaluation metrics that will be used to assess proposals. By detailing the structure and requirements of the RFPs and grant applications, the document aims to facilitate informed participation by organizations, ensuring that projects funded align with policy objectives and public needs. This initiative reflects the government’s commitment to fostering effective partnerships with stakeholders and optimizing resource allocation for community development and service enhancement.
    The document titled "TE 3 to PWS Forms" appears to pertain to documentation related to federal and state/local Requests for Proposals (RFPs) and grants. Although the content is minimal and lacks detailed context, it suggests a procedural or compliance-oriented framework necessary for responding to RFPs. The mention of "TE" likely indicates it pertains to Technical Evaluation criteria or requirements associated with Proposals for Work Specifications (PWS). Understanding and correctly filling out these forms would be fundamental for bidders to ensure adherence to federal guidelines and enhance their submission's chances of success. Overall, the document emphasizes the importance of structured forms as a part of the RFP process, indicating a need for careful attention to detail in government contracting scenarios.
    The document is a comprehensive pesticide use list for Fort Drum, NY, detailing various pesticide products including their full trade names, EPA registration numbers, and active ingredients. The list encompasses a wide range of insecticides, herbicides, and other pest control agents, showcasing brand names like Advion, Talstar, and Roundup, along with corresponding active ingredients such as Indoxacarb, Glyphosate, and Triclopyr. The file is reviewed by Dr. William B. Miller and highlights products that are essential for pest management within the military installation. This document is pertinent in the context of federal grants and RFPs, as it serves as a regulatory compliance tool for managing pesticide use, ensuring safety, and maintaining environmental standards on federal properties. Strict adherence to pest control measures is critical for both operational efficacy and public health within the installation. The diverse range of products indicates a robust approach to addressing various pest challenges, while the inclusion of exempt products signifies eco-conscious options within pest management practices.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Base Notice: Lanscaping, Tree Removal, & Snow Plowing Services BPA - W911S2-LAND -TREE-SNOW
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for landscaping, tree removal, and snow plowing services at Fort Drum, New York. The services include landscaping, tree removal, and snow removal within specific designated areas. The Contractor must be able to provide these services 24/7 with a maximum response time of one hour for emergency services. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management under NAICS 561730.
    Cleaning and Janitorial Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Cleaning and Janitorial Services at Fort Drum, NY. The services will include various cleaning services on the military base. The Contractor must be able to accept the Government Purchase Card (GPC) and calls over $10,000 will be paid through Wide Area Workflow (WAWF). Interested parties must be registered and current in the System for Award Management (SAM) before entering into a BPA.
    Supply Blanket Purchase Aggreement
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS Code 33399: All Other Miscellaneous General Purpose Machinery Manufacturing. The Contractor shall supply general hardware and lumber items for the Department of Public works on Fort Drum NY. The Contractor must be located within a 30 mile radius of Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA.
    Fence Repair BPA Fort Drum, NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    Standing_Timber_Sale_Fort_Drum
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is offering a standing timber sale at Fort Drum, New York, encompassing approximately 82 acres. The sale includes the harvesting of approximately 2,050 tons of timber, primarily consisting of White Pine, Red Maple, and Black Cherry, with specific cutting dates set from November 16, 2024, to April 15, 2025. This procurement is crucial for sustainable forest management and timber resource utilization within military installations. Interested bidders must submit sealed bids by 2:00 PM EST on October 10, 2024, and are encouraged to inspect the site beforehand; a 20% bid deposit is required. For further inquiries, contact Andrew G. Willey at andrew.g.willey@usace.army.mil or by phone at 757-201-7804.
    FY23-28 General Construction Services BPA - W911S223S8000
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking General Construction Services under a Blanket Purchase Agreement (BPA) for projects on Fort Drum, NY. The BPA will include new work, additions, alterations, and maintenance and repair of real property facilities and structures. The estimated value of the BPA construction projects is $15,000,000.00, with an estimated 35 projects each fiscal year. Contractors with a BPA must be capable of obtaining the payment bonds required for construction projects valued between $35,000.00 and the Simplified Acquisition Threshold ($250,000.00). The Government will consider price and socio-economic status when establishing the BPAs, which may remain in place for up to five (5) years. Interested small businesses registered under NAICS Code 236220 and located in a Historically Underutilized Business (HUB) Zone are encouraged to respond to the Combined Synopsis/Solicitation.
    Supply Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS 212393: Other Chemical and Fertilizer Mineral Mining. The BPA Holder must be able to provide E-36 Liquid Deicing/Anti-Icing Fluid, which must be at least 50 percent potassium acetate by weight and include corrosion inhibitors. The liquid must be nonflammable, not separate during storage, have a freezing point of minus 60 degrees Celsius or lower, and be effective to minus 29 degrees Celsius. It must not require special storage and must not contain urea or glycol. The quantities will be determined on individual BPA calls, and all quantities shall be delivered in bulk to Fort Drum, NY. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
    Snow Removal Services- Fort Drum, NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snow removal services at Fort Drum, NY. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure effective snow management to maintain operational readiness during winter months. The contract is categorized under Landscaping Services (NAICS 561730) and involves housekeeping tasks related to snow removal and salting (PSC S218). Interested parties should note that the closing date for proposals has been extended to Wednesday, September 18, 2024, at 10:00 AM EDT. For further inquiries, potential bidders can contact Kayla Rogers at kayla.m.rogers14.civ@army.mil or Jeffery Frans at jeffery.l.frans.civ@army.mil.
    Fuel Dispenser Maintenance
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.
    Supply Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of Road Salt (Mineral Sodium Chloride) for melting snow and ice on all surfaces at Fort Drum, NY. The quantities will be determined on individual BPA calls and must be delivered in bulk tons by FLOW-BOY Tracter Trailer for off-loading into a salt style storage facility. Bagged material will not be accepted. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.