INVASIVE PLANT CONTROL for Mississippi and Louisia
ID: 140P5125Q0023Type: Combined Synopsis/Solicitation
AwardedAug 19, 2025
$220.4K$220,437
AwardeeSILHOUETTE FARM & FORESTRY, LLC 471 BEAR CREEK DR STE 3 Phoenix OR 97535 USA
Award #:140P5125P0091
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Environmental Consulting Services (541620)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    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.

    Point(s) of Contact
    Hicks, Celinda
    (470) 819-0814
    (305) 242-7795
    Celinda_Hicks@nps.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    Lifecycle
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    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.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    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.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.