Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
ID: W912HN25Q5000Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST SAVANNAHSAVANNAH, GA, 31401-3604, 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 Savannah District, is soliciting bids for mowing and herbicide application services at the Dredge Material Containment Areas (DMCA) and Bird Island in Georgia and South Carolina, specifically for the Savannah and Brunswick Harbors. The contract requires contractors to perform full mowing of vegetation, environmental mowing, and herbicide applications to maintain vegetation control and enhance ecological conditions in these critical areas. This initiative underscores the government's commitment to environmental stewardship while ensuring operational effectiveness in harbor management. Interested small businesses must submit their quotes by April 3, 2025, at 11:00 AM ET, and can direct inquiries to Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan Aylesworth at nathan.a.aylesworth@usace.army.mil for further details.

    Files
    Title
    Posted
    The document concerns a Request for Quotes (RFQ) issued by the U.S. Army Corps of Engineers – Savannah District for commercial services related to the maintenance of Dredge Material Containment Areas (DMCAs) and bird islands in Savannah and Brunswick Harbors. The solicitation, W912HN25Q5000, is set aside for small businesses with a size standard of $9.5 million (NAICS Code 561730). Key tasks include full mowing of vegetation in DMCAs, herbicide application, and clearing of bird islands. Interested contractors must submit detailed quotes, including their past performance with similar projects, proof of licensing in Georgia and South Carolina, and an equipment list. Quotes are due by April 3, 2025, at 11:00 AM ET, with award selection based on the lowest responsible offer meeting the requirements. The document emphasizes the importance of meeting specific qualifications and highlights the possibility of a site visit, reinforcing the government's commitment to thorough project execution while allowing for competitive bidding among small businesses.
    The document outlines a Request for Quotes (RFQ) from the US Army Corps of Engineers - Savannah District regarding the Dredge Material Containment Area (DMCA) maintenance, specifically mowing, herbicide application, and ecological services in Savannah and Brunswick Harbors. This solicitation is set aside for small businesses under NAICS Code 561730 with a size standard of $9.5 million. Proposals must be submitted by April 3, 2025, at 11:00 AM ET, detailing past performance in related projects and providing proof of herbicide licensing in Georgia and South Carolina. The evaluation of bids will emphasize the lowest-priced, responsive quotes, meeting specific requirements stated in the accompanying work specifications. Throughout the document, numerous items are listed, detailing tasks required and the quantities needed for mowing and herbicide application at various DMCA sites. The RFQ emphasizes the necessity of accurate proposals, with the potential for cancellation by the government if required. This document follows federal acquisition regulations and serves as a formal mechanism for acquiring necessary environmental services to ensure compliant and effective land management in the region.
    The document outlines the mowing and maintenance requirements for the Savannah and Brunswick dike systems as part of a federal solicitation (W912HN25Q5000). In Savannah, approximately 837 acres are designated for full mowing three times annually for the base year, increasing to four times for each option year, with specific dates for each mowing event. Meanwhile, Brunswick encompasses about 72 acres, requiring mowing three times each year. Environmental mowing activities in Savannah are scheduled for late spring to early summer. The contractor is permitted to establish a laydown area for equipment storage and can store fuel on-site, adhering to safety and environmental compliance guidelines. No dedicated workshop is available. The document emphasizes the need for consistent mowing to maintain vegetation at a controlled height, and specifications detail actions needed if mowing is inadequate. Overall, the file serves as a detailed guide for contractors bidding on mowing contracts for these government-managed areas, focusing on compliance and performance standards.
    The document outlines key operational guidelines and responsibilities for a mowing contract related to Dredge Material Containment Areas (DMCAs) managed by the U.S. Army Corps of Engineers. It specifies that one individual cannot fulfill the roles of Quality Control, Superintendent, and Site Safety simultaneously. Work is permitted solely from Monday to Friday, excluding federal holidays, with weekend work considered on a case-by-case basis. The contract is based on unit rates rather than a lump sum. The contractor must maintain various areas, including slope conditions, while adhering to safety guidelines and reporting any issues with the environment, such as washouts. Herbicide application for vegetation control on specified bird islands is also mandated, alongside responsibilities for safe access to certain sites. Contractors must coordinate with others' operations in overlapping areas and restore any workspaces post-operation. Lastly, concerns about invasive wildlife, particularly hog populations, are acknowledged, with periodic management measures in place. These stipulations ensure clarity and accountability in contract execution, reflecting broader government contracting practices.
    The U.S. Army Corps of Engineers’ Savannah District has issued a solicitation (W912HN25Q5000) for mowing and herbicide application services at the Dredge Material Containment Areas (DMCA) and Bird Island in Georgia and South Carolina, covering the Savannah and Brunswick Harbors for fiscal year 2025. This project aims to maintain vegetation control to enhance ecological conditions and operational effectiveness in these areas. The solicitation includes essential information about the geographic scope, responsibilities of the contractors, and specifics regarding access and operational requirements. The document outlines that the DMCA and Bird Island are active construction sites, with additional maintenance contracts expected during the project's execution. Contractors are advised that typical details concerning slopes, counterweights, and access roads are indicative and may vary. Emphasis is placed on the necessity for contractors to familiarize themselves with the Performance Work Statement and adhere to safety and compliance guidelines throughout the project duration. This solicitation reflects federal efforts to ensure environmental stewardship while managing maintained areas critical for harbor operations.
    Similar Opportunities
    W912HN25BA021 - Brunswick Entrance Channel Widener Dredging Project.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Brunswick Entrance Channel Widener Dredging Project, located in Brunswick Harbor, Georgia. This project involves maintenance dredging services, specifically the removal of approximately two million cubic yards of material from the entrance channel and adjacent areas, with dredged material to be disposed of offshore. The contract is critical for maintaining navigational depths and ensuring safe passage for vessels in the harbor. Interested bidders must submit their proposals electronically via the PIEE system by December 19, 2025, at 1:00 PM EST, and can direct inquiries to Rohan Bryan at rohan.a.bryan@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil.
    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.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    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.
    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.
    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.
    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.
    W912HN26RA003 - Hartwell O/M Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for the Hartwell Operations and Maintenance Project (Solicitation W912HN26RA003). This contract aims to provide comprehensive maintenance, repair, and minor construction services for the Hartwell Project, which includes facilities such as campgrounds, dams, and power plants across six counties in Georgia and South Carolina. The selected contractor will be responsible for a range of tasks, including cleaning, landscaping, equipment maintenance, and emergency response, ensuring compliance with federal and Army regulations. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by January 5, 2026, and maintain active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or call 912-652-5619.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.