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 proposals for mowing and herbicide application services at the Dredge Material Containment Areas (DMCA) and Bird Island, which are critical for maintaining ecological conditions and operational effectiveness in the Savannah and Brunswick Harbors. This procurement is specifically set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million, and aims to ensure effective land management while adhering to environmental stewardship guidelines. Contractors will be required to submit their proposals by April 3, 2025, at 11:00 AM ET, demonstrating relevant past performance and proof of herbicide licensing in Georgia and South Carolina. For further inquiries, interested parties may contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan Aylesworth at nathan.a.aylesworth@usace.army.mil.

    Files
    Title
    Posted
    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 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
    Mowing and Herbicide Services for RS Kerr Lake, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing and herbicide services for RS Kerr Lake in Oklahoma. The procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 561730, which pertains to Landscaping Services. These services are crucial for maintaining the grounds and ensuring the aesthetic and ecological health of the area surrounding the lake. Interested contractors can reach out to Lee Maddox at lee.h.maddox@usace.army.mil or by phone at 918-669-4393 for further details regarding the solicitation process.
    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.
    Cannelton Lock and Dam Herbicide Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide herbicide application services at the Cannelton Locks and Dam in Indiana. The contractor will be responsible for managing personnel, materials, and equipment to ensure effective herbicide application in compliance with federal, state, and local regulations, emphasizing safety and environmental stewardship. This contract, valued at approximately $9.5 million, includes a base year and options for renewal through 2029, with bids due electronically by March 18, 2025. Interested contractors should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    Dam Mowing Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking qualified firms to provide dam mowing services at Belton Lake, Stillhouse Hollow Lake, and Lake Georgetown in Texas. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for vegetation maintenance, requiring contractors to supply all necessary personnel, equipment, and materials while adhering to stringent performance and safety standards set by the Corps. This initiative is crucial for maintaining the environmental integrity and safety of the dam sites, ensuring compliance with local, state, and federal regulations. Interested businesses, particularly small and disadvantaged enterprises, must respond to the Sources Sought Notice by March 21, 2025, with a potential solicitation anticipated in early fiscal year 2025. For further inquiries, contact Alexander Rust at alexander.g.rust@usace.army.mil or Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL.
    Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray on Cold Brook Cottonwood Project Corps of Engineers lands
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray project in Hot Springs, South Dakota. The selected contractor will be responsible for herbicide application to control noxious weeds, ensuring a minimum effectiveness of 95% while adhering to local, state, and federal regulations. This project is crucial for maintaining environmental integrity and public safety in designated areas, with the contract set for one base year starting April 30, 2025, and includes two optional years. Interested bidders should direct inquiries to Casey M. Barber at casey.m.barber@usace.army.mil or Nadine Catania at Nadine.L.Catania@usace.army.mil, and are reminded that this opportunity is a Total Small Business Set-Aside.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    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.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    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.
    Groundskeeping Services, Mountain Home Project Office
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide groundskeeping services at the Mountain Home Project Office in Arkansas. The contract, set aside for small businesses under NAICS Code 561730, requires the contractor to deliver comprehensive groundskeeping services, including mowing, trimming, leaf removal, herbicide application, brush hogging, and snow removal, from the award date until March 31, 2029. This procurement emphasizes the importance of maintaining the aesthetic and functional quality of government properties, ensuring a well-kept environment for public use. Interested parties must submit their quotes by March 31, 2025, at 2:00 PM CST, and are encouraged to contact Brandee M. Wright at brandee.m.wright@usace.army.mil for further information.