MS-FWS NOXUBEE-HERBICIDE
ID: 140FS325Q0063Type: Combined Synopsis/Solicitation
AwardedMay 6, 2025
$31.6K$31,620
AwardeeBACK FORTY SOLUTIONS INC 4771 BAYOU BLVD Pensacola FL 32503 USA
Award #:140FS325C0007
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keith_rose@fws.gov or call 612-713-5423.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "Register of Wage Determinations Under the Service Contract Act" outlines wage and fringe benefit requirements for federal contracts in Mississippi, particularly for occupations under the Service Contract Act. It specifies minimum wage rates that contractors must adhere to based on Executive Orders 14026 and 13658, with rates increasing over time, including a projected minimum of $17.75 per hour for certain contracts in 2025. The document lists detailed wage rates for various occupations, ranging from administrative support to technical services, highlighting differences for those with specific footnotes indicating special considerations. Health and welfare benefits amount to $5.36 per hour, and contractors must also provide paid sick leave under Executive Order 13706. Additionally, the document outlines the conformance process for unlisted job classifications and wage rates, detailing procedural steps for contractors to ensure compliance with the wage determination. This extensive framework aims to ensure fair compensation and working conditions for employees under government contracts in the specified areas.
    The Sam D Hamilton Noxubee National Wildlife Refuge (NWR) is seeking a contractor to perform herbicide treatment on approximately 124 acres of the invasive Bicolor Lespedeza species in Mississippi. This fixed-price contract requires the contractor to apply a specified herbicide mixture to all living Bicolor Lespedeza plants, using government-provided chemicals, while adhering to environmental regulations and treatment protocols. The contract includes regular progress reporting and necessitates a licensed herbicide applicator to supervise the treatment teams. Performance metrics demand a 100% treatment rate two months post-application, with the contractor accountable for retreating any inadequately treated areas at their own cost. All work must be conducted under specific safety and operational standards, including adequate supervision and equipment maintenance. The project is scheduled between mid-July and October 2025, with provisions for extensions due to weather or other unforeseen factors. Finally, the contractor must adhere to quality assurance protocols ensuring compliance with federal, state, and local regulations throughout the contract period, ultimately supporting the Refuge's mission of habitat conservation.
    The document is a Past or Present Performance Survey designed for companies to provide detailed information about their previous and ongoing government contracts or subcontracts. It seeks comprehensive business information, including firm organization, roles in contracts, project details, and any issues encountered during contract execution. The survey emphasizes aspects such as the contracting agency, project scope, performance timelines, quality control and safety measures, and problem resolution. Specifically, companies are prompted to detail up to three contracts, outlining contracting agency, contact information, contract value, project location, and completion status. Key inquiries also address any subcontracting performed, safety or quality control plans in place, challenges faced, and how these issues were addressed. The primary purpose of this survey aligns with the evaluation processes related to federal RFPs, grants, and similar opportunities, ensuring that potential contractors demonstrate relevant experience and reliability. This systematic collection of past performance data is essential for federal and state evaluations, serving as a criterion for future contract awards. Overall, the document functions as a tool for assessing contractor capabilities and performance history to inform decision-making in procurement processes.
    This document is a Request for Proposal (RFP) issued by the U.S. Fish and Wildlife Service (FWS) for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi. The solicitation (number 140FS325Q0063) specifies a requirement for a small business set-aside and mandates that offers be submitted by April 22, 2025, with an anticipated award date of May 1, 2025. The primary goal is to obtain services for a base period of three months, with two optional extension periods, focusing on soil preparation and cultivation in accordance with NAICS code 115112. Key requirements include technical experience, management plans, and past performance examples, with a preference for businesses that demonstrate relevant capabilities. A site visit is scheduled for April 15, 2024, to allow bidders to assess the work environment. Furthermore, all contract-related documentation is to be processed electronically via the Department of Treasury's Invoice Processing Platform. Successful bidders must be actively registered in the System for Award Management (SAM) and complete specified representations and certifications. These stipulations align with federal contracting protocols and emphasize compliance, accountability, and support for small businesses in public procurements.
    Lifecycle
    Title
    Type
    MS-FWS NOXUBEE-HERBICIDE
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors 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.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    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.
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    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.