Awarded ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

INVASIVE PLANT CONTROL for Mississippi and Louisia

INTERIOR, DEPARTMENT OF THE 140P5125Q0023
Total Obligated
$220,437
SAM.gov
Current Recipient
SILHOUETTE FARM & FORESTRY, LLC 471 BEAR CREEK DR STE 3 Phoenix OR 97535 USA
Aug 19, 2025
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The National Park Service (NPS) is seeking proposals for invasive plant control services across four parks in Mississippi and Louisiana, specifically Gulf Islands National Seashore, Jean Lafitte National Historical Park, Natchez Trace Parkway, and Vicksburg National Military Park. The contractor will be responsible for controlling specified invasive species, including Chinese tallow and kudzu, while also conducting data collection and reporting, with a focus on achieving at least a 95% success rate in preventing regrowth. This initiative is crucial for preserving the ecological integrity of national parks and combating the environmental threats posed by invasive species. Interested vendors must submit their quotations by June 16, 2025, and the contract is expected to run from October 3, 2025, to October 2, 2026. For further inquiries, contact Celinda Hicks at celinda_hicks@nps.gov.

Classification Codes

NAICS Code
541620
Environmental Consulting Services
PSC Code
R499
SUPPORT- PROFESSIONAL: OTHER

Solicitation Documents

3 Files
SOW_GC-IPMT_Plant_Control_FY25_2025_04_16.pdf
PDF1019 KBMay 15, 2025
AI Summary
The National Park Service (NPS) is issuing a Request for Proposals (RFP) for invasive plant control services across four parks in Mississippi and Louisiana, including Gulf Islands National Seashore, Jean Lafitte National Historical Park, Natchez Trace Parkway, and Vicksburg National Military Park. The contractor will provide control for specified invasive species, including Chinese tallow and kudzu, as well as data collection and reporting. Contractors must submit a pricing sheet that details costs associated with labor, equipment, and supplies for each park unit. The contract spans from award until October 2, 2026, with work ideally occurring in late spring through late summer. Contractors are required to self-perform at least 80% of services, adhere to safety regulations, and utilize appropriate methodologies for invasive species control. Key deliverables include daily progress reports, GIS data, and compliance with all federal and state regulations related to pesticide application. Performance will be evaluated based on effectiveness in invasive species management, aiming for at least a 95% success rate in preventing regrowth. This initiative underscores the federal commitment to preserve national parks while combating the environmental threats posed by invasive species.
Sol_140P5125Q0023.pdf
PDF396 KBMay 15, 2025
AI Summary
The document is a Request for Quotation (RFQ) issued by the National Park Service for invasive plant control services across four parks in Mississippi and Louisiana, covering the period from October 3, 2025, to October 2, 2026. Vendors must submit their quotations no later than June 16, 2025. The RFQ outlines technical requirements, evaluation criteria, and expectations for the contractor's past performance and technical capability, emphasizing a best value approach where technical factors are weighted more heavily than price. Offerors must demonstrate understanding through detailed proposals that address specific subfactors like organizational structure and qualifications of key personnel, with a total price evaluated for fairness and balance. Clauses for compliance with federal laws, such as the Buy American Act, conflict of interest rules, and debarment matters are incorporated. Further, the document emphasizes the importance of certifications regarding sources of materials, such as avoiding sensitive technologies and adhering to foreign policy restrictions. The RFQ establishes a clear framework for assessing and awarding contracts to vendors capable of fulfilling these critical environmental management services.
xUpdated_SF18_RFQ_.doc
Word350 KBMay 15, 2025
AI Summary
The Request for Quotation (RFQ) solicits proposals for invasive plant management services across several National Parks managed by the Contracting Operations East in Atlanta, GA. The document outlines submission requirements, including firm name, payment terms, period of performance (October 3, 2025 to October 2, 2026), and business size identification. The RFQ specifies various line items for invasive plant management services at designated parks, emphasizing a total cost estimate. Evaluation criteria for submitted proposals highlight that technical factors (70% weight) are more critical than price (30% weight), requiring contractors to prove their understanding of the Statement of Work (SOW), alongside their qualifications and past performance. Proposers must detail their organizational structure, qualifications, key personnel resumes, and previous work, with an "Acceptable" rating required for award consideration. Key clauses associated with the proposal include compliance with federal regulations on contracting practices, performance evaluations, and statements regarding potential conflicts of interest and certifications regarding contractor responsibilities. The document serves as a formal bid invitation to prospective contractors, ensuring a fair and competitive selection process for essential environmental services while adhering to federal acquisition standards.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 15, 2025
deadlineResponse DeadlineJun 16, 2025
awardAwarded to SILHOUETTE FARM & FORESTRY, LLC 471 BEAR CREEK DR STE 3 Phoenix OR 97535 USAAug 19, 2025
expiryArchive DateAug 29, 2025

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
SER EAST MABO(51000)

Point of Contact

Name
Hicks, Celinda

Official Sources