MSARNG Herbicide Application-Camp Shelby
ID: W9127Q24R0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NH USPFO ACTIVITY MS ARNGFLOWOOD, MS, 39232-8861, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

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

    The US Army seeks a small business contractor for a set period, starting 12th August 2024, to provide forestry workers and equipment for herbicide application at Camp Shelby in Mississippi. The goal is to manage unwanted vegetation, enhance fire safety, and promote specific tree growth. Workers will be paid according to specified rates, and contractors must adhere to wage and hour requirements. Bids should demonstrate compliance with recent security amendments and provide detailed pricing and descriptions of how they will meet the requirements.

    This procurement, with a value of up to $11.5 million, seeks to control invasive plant species while adhering to environmental regulations and worker safety standards. Offers close 8th August 2024, with successful bidders conforming to detailed requirements, including GIS data submission and security protocols.

    Files
    Title
    Posted
    The primary objective of this procurement is to ensure compliance with recent amendments in the federal acquisition process. These amendments focus on prohibiting the use of certain telecommunications and video surveillance equipment or services that pose potential security risks. The amendments, outlined in FAR clauses 52.204-24 and 52.204-25, aim to safeguard sensitive information. Offerors must provide representations regarding their products' and services' compliance with these restrictions, detailing any use of covered telecommunications equipment or services and explaining their proposed mitigation strategies. This is enforced via the System for Award Management. These clauses also establish reporting requirements, mandating contractors to promptly report any identified use of prohibited equipment or services during contract performance. The solicitation incorporates these clauses by reference, and contractors are expected to adhere to the defined procedures and representations. Additionally, the solicitation includes payment-related clauses, such as 252.232-7006, which provides instructions for using the Wide Area WorkFlow (WAWF) system for electronic invoicing and payment requests. Contractors must register and follow the specified guidelines for submitting payment requests and receiving reports, using the provided DoDAAC codes. Key dates and evaluation criteria are not explicitly mentioned within these provisions. However, the expectation is that bidders will need to submit their offers and representations within a defined timeline, which would be outlined in the full solicitation. The evaluation of bids would likely prioritize compliance with these security-focused provisions and the quality of the proposed mitigation strategies.
    The Mississippi Army National Guard is seeking a contractor for herbicide application services at Camp Shelby Joint Forces Training Center in Mississippi. The primary objective is to treat approximately 218 acres of land to control unwanted vegetation, enhance fire safety, and promote the growth of longleaf pines. The contractor must provide all necessary personnel, equipment, and materials, except for those specified as government-furnished. The scope involves broadcast spraying of specified herbicides across the site, adhering to label instructions and environmental regulations. Key tasks include treating targeted areas, recording herbicide application details, and submitting GIS data of treated zones. The contract period is defined, spanning from August 12th to October 15th, 2024, with work conducted weekdays during standard working hours. Recognized holidays are listed, specifying that no work is to be conducted on these days. The contractor must comply with security and access protocols and provide quality control, with the government conducting quality assurance surveillance. Meeting specified performance objectives, such as successful herbicide application and timely submission of records and GIS data, is crucial. The evaluation of contractor performance will be based on these criteria.
    The government seeks a contractor for herbicide application at Camp Shelby, focusing on controlling invasive vegetation. The key requirement is adhering to SDSFIE standards for GIS data and EPA worker safety regulations. The sandy loam soils will be treated with herbicides to manage Chinese privet, yaupon, and other unwanted species, with the contractor responsible for obtaining necessary permits and ensuring applicator safety. The site presents potential environmental constraints, including gopher tortoise burrows and wetlands, which the contractor must navigate. Payment is scheduled upon completion, with the soil reported to be in good condition. The project area has no records of previous herbicide use. Proposals are due after a site visit, with the contract expected to commence shortly afterward.
    The primary objective of this procurement is to secure labor for forestry and land management services, with a focus on herbicide application. The required services encompass a range of tasks related to forestry work. The government seeks workers for roles such as brush thinners, tree planters, and forestry equipment operators. These workers must be paid according to the specified wage rates, which vary based on their occupations and potential applicability of Executive Orders 14026 and 13658. The fringe benefits package includes health and welfare allowances, paid vacation and holidays, and a uniform allowance. Contractors must adhere to these provisions and provide the specified benefits. This file also outlines a process for requesting authorization of additional employee classifications and their respective wage rates, ensuring compliance with the Service Contract Act. The conformance process involves collaboration between the contractor, contracting officer, and the Wage and Hour Division of the US Department of Labor. Critical dates include a 30-day deadline for contractors to submit conformance requests and a response period of up to 30 days for the Wage and Hour Division to approve, modify, or disapprove these requests.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FWS N MS REF-DAHOMEY SEEDLING/PLANTING
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide and hand-plant 123,000 bare-root hardwood seedlings at the Dahomey National Wildlife Refuge in Mississippi, covering an area of 282 acres. The project requires the contractor to ensure compliance with plant quality standards and to manage the seedlings' care, including transport and protection from environmental stressors, with a focus on planting 40% oak and 60% other hardwood species. This initiative is part of broader conservation efforts aimed at restoring natural habitats, and the anticipated period of performance for the contract is from December 1, 2024, to February 26, 2026. Interested parties must submit their quotes by September 10, 2024, and direct any questions to Lee Riley at leeriley@fws.gov or by phone at 404-679-4158.
    Forest Improvement Herbicide- Fort Drum
    Active
    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.
    Forest Stand Improvement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V Endist St Louis office, is seeking contractors to provide forest stand improvement services at Mark Twain Lake in Ralls County, Missouri. The contractor will be responsible for delivering non-personal services, including all necessary personnel, equipment, materials, and supervision to perform hack and squirt, foliar, and basal bark treatment activities. These services are crucial for maintaining and enhancing forest health and biodiversity in the area. Interested parties can contact Amanda Sutton at amanda.c.sutton@usace.army.mil or by phone at 573-222-8562 for further details regarding this procurement opportunity.
    Greers Ferry Boundary Line Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is soliciting bids for landscaping services focused on boundary line maintenance at the Greers Ferry Project Office in Heber Springs, Arkansas. This procurement is a 100% Small Business Set-Aside under NAICS Code 561730, with a size standard of $9.5 million, and includes a base contract period from October 1, 2024, to September 30, 2025, along with four optional extension periods. The services are crucial for maintaining the aesthetic and functional integrity of the project area, ensuring compliance with federal standards while promoting economic inclusion through small business engagement. Interested parties must attend a mandatory site visit on August 29, 2024, and submit their quotes by September 17, 2024, with all necessary documentation sent via email to the primary contact, Taylor B. McLain, at taylor.b.mclain@usace.army.mil.
    Saddle Mtn. NWR Aerial Herbicide ~129 Acres
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide aerial herbicide application services for approximately 129 acres at the Hanford Reach National Monument in Washington. The contract, structured as a total small business set-aside, requires the application of two specific herbicides, Rejuvra (Indaziflam) and Plateau (Imazapic), with a performance period from October 1 to December 15, 2024. This initiative is crucial for ecological restoration efforts aimed at managing non-native grassland habitats, aligning with broader federal conservation goals. Interested contractors must submit their quotes by September 13, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Tariq Malveaux at tariqmalveaux@fws.gov or call 980-368-0242.
    Wallowa-Whitman National Forest Invasive Plant Treatment IDIQ Contract
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide invasive plant treatment services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Wallowa-Whitman National Forest in Oregon. The contract, which spans five years, requires contractors to perform various tasks including chemical treatments, inventorying invasive species, and site restoration, all in compliance with federal and state guidelines. This initiative is crucial for managing and restoring forest health, emphasizing the government's commitment to environmental preservation through partnerships with small businesses in forestry support activities. Proposals are due by September 11, 2024, at 4:30 PM PDT, and interested parties should contact Andrea J. Pollock at andrea.pollock@usda.gov for further information.
    AR OVERFLOW NWR HAND PLANT SEEDLING
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking contractors to supply and hand plant 44,500 hardwood seedlings at the Overflow National Wildlife Refuge in Parkdale, Arkansas, as part of an environmental restoration initiative. The project aims to restore bottomland hardwood forests over approximately 102 acres, with planting scheduled between January 15, 2025, and March 1, 2025. This procurement is critical for enhancing wildlife habitats and aligns with broader conservation goals, requiring compliance with specific planting guidelines from the Arkansas Department of Agriculture. Proposals must be submitted by September 10, 2024, and interested parties can contact Lee Riley at leeriley@fws.gov or by phone at 404-679-4158 for further details.
    Okatibbee Lake Collinsville, Mississippi - Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at the Okatibbee Lake Project in Collinsville, Mississippi. The contractor will be responsible for a range of services including equipment operation, grass mowing, cleaning, refuse removal, landscape maintenance, herbicide application, and beach water testing, all in accordance with specified terms and conditions. This procurement is a 100% 8(a) small business set-aside, targeting firms with average annual gross revenues not exceeding $9,500,000 over the past three years under NAICS 561730. The solicitation package will be available for download on or about September 3, 2024, and interested parties should monitor the website https://sam.gov/ for updates. For further inquiries, Geoffrey Rogers and Erica Collins can be contacted via email at geoffrey.b.rogers@usace.army.mil and erica.m.collins@usace.army.mil, respectively.
    US Forest Service, DeSoto NF, MS ASHE and BIG BILOXI WATERLINES REPLACEMENT
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Ashe Nursery and Big Biloxi Waterline Replacement project in Mississippi. This procurement involves the installation of approximately 9,200 feet of HDPE watermain and plumbing for six buildings at the Ashe Seed Extractory, as well as 2,650 feet of watermain at the Big Biloxi Campground, with a total contract value estimated between $250,000 and $500,000. The project is crucial for enhancing water infrastructure in environmentally sensitive areas and is set aside for small businesses under the NAICS code 237110. Bids are due by September 9, 2024, with a mandatory site visit scheduled for August 15, 2024, and all inquiries should be directed to Steven J. Alves at steven.alves@usda.gov or by phone at 859-334-0524.
    HTNF Mt. Rose Carbaryl Contract
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking small businesses to fulfill the HTNF Mt. Rose Carbaryl Contract, which involves spraying approximately 212 trees in the Carson Ranger District of Nevada to combat mountain pine beetle infestations. The contractor will be responsible for providing all necessary labor, equipment, and supplies, while ensuring compliance with environmental regulations and obtaining the required licenses for pesticide application in the state. This initiative is crucial for protecting campground resources and promoting ecological health through effective pest management. Proposals are due by September 16, 2024, with the contract period running from September 18, 2024, to December 15, 2024. Interested parties can contact Andrea Marks-Cash at andrea.marks-cash@usda.gov or by phone at 208-481-7791 for further details.