Water Hyacinth Control, Mathews Brake NWR, MS
ID: 140FS326Q0009Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

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 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 fred_riley@fws.gov or 413-253-8738.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service requires a contractor for water hyacinth control at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The project involves applying herbicide via watercraft or Department of Interior-approved unmanned aircraft systems across approximately 433 acres to control water hyacinth and other aquatic plants. Work will occur in two phases: May 1 to June 30, 2026, and August 15 to September 30, 2026. The contractor must provide all personnel, equipment, chemicals (ProcellaCOR SC and Methylated Seed Oil), and adhere to strict safety, environmental, and application guidelines, achieving a 95% kill rate. The government will provide treatment area identification, inspect post-treatment, and approve payments upon satisfactory completion. The contractor is responsible for permits, spill prevention, drift control, and submitting detailed application data.
    The document outlines a Request for Quote (RFQ) for Water Hyacinth Control at Mathews Brake National Wildlife Refuge (NWR) in Leflore County, Sidon, Mississippi. The project involves herbicide treatment via watercraft and/or Unmanned Aircraft Systems (UAS) to specifically control water hyacinth across 433 acres. The period of performance for treatments is divided into two phases: May 1 through June 30, 2026, and August 15 through September 30, 2026. The quote schedule requires a unit price per acre, which is inclusive of all supplies and materials needed to complete the work according to the Scope of Work.
    This document, Wage Determination No. 2015-5161, Revision No. 30, issued by the U.S. Department of Labor, outlines the minimum wages and fringe benefits for service contract workers in specific Mississippi counties. It details hourly rates for various occupations across administrative, automotive, food service, healthcare, and other sectors. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for applicable contracts, which mandate minimum wage rates and annual adjustments. It also covers paid sick leave requirements under Executive Order 13706, providing 1 hour of paid sick leave for every 30 hours worked, up to 56 hours annually. Fringe benefits include health and welfare, vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions are noted for computer employees, air traffic controllers, and weather observers regarding night and Sunday pay. Hazardous pay differentials for ordnance work and uniform allowances are also specified. The document includes procedures for conforming unlisted job classifications and wage rates using Standard Form 1444.
    The "Past Experience Questionnaire – 140F0922Q0105" is a critical solicitation document requiring detailed information from prospective contractors for federal, state, and local RFPs and grants. It requests comprehensive data on a company's past performance and experience, including years in service, prime or subcontractor roles, and federal contract experience. The questionnaire also scrutinizes any history of failed work, reasons for such failures, and detailed information about key personnel, including their experience, employment status, and anticipated roles. Furthermore, it mandates the provision of three recent and relevant contract references, similar in size and complexity to the solicited work, preferably government contracts, with specific details such as contract value, dates, and scope. The document concludes with a certification section, emphasizing the accuracy and completeness of all submitted information. This questionnaire is essential for evaluating a contractor's capability and compliance with solicitation requirements.
    This government Request for Proposal (RFP) (Solicitation Number 140FS326Q0009) is issued by FWS SAT Team 3 for
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide Hazard Fuel Reduction and Pocosin Management services at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves the chipping and mastication of bundled trees across 126 acres, aimed at enhancing habitat and promoting forest health in accordance with the refuge's management plan. This initiative is critical for maintaining ecological balance and protecting sensitive species within the area, including the red-cockaded woodpecker. Interested vendors must submit their proposals, including a filled-out SF18, price schedule, and past experience references, by December 5, 2025, with inquiries directed to Merenica Banks at merenicabanks@fws.gov.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging services in the Southwest Pass area of the Mississippi River, specifically from Mile 6.0 AHP to Mile 19.5 BHP. The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, and the construction magnitude is estimated to be between $10 million and $25 million. This dredging work is crucial for maintaining navigable waterways, ensuring safe passage for commercial vessels in the region. Interested contractors should prepare for the solicitation, which is expected to be issued on or about December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    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.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 4-2025 (OM25278)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for maintenance dredging at the Mississippi River Southwest Pass area in Plaquemines Parish, Louisiana. Contractors are required to provide a fully crewed cutterhead dredge with a minimum discharge size of 30 inches, focusing on enhancing navigation from Mile 6.0 above the high pool (AHP) to Mile 19.5 below the high pool (BHP). This project, with an estimated value between $10,000,000 and $25,000,000, underscores the federal commitment to infrastructure maintenance and small business engagement, while ensuring compliance with safety and EPA regulations. Interested vendors should register as Interested Vendors on beta.SAM.gov and may contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, with the solicitation expected to be issued on or about December 9, 2024.