Water Hyacinth Control, Mathews Brake NWR, MS
ID: 140FS326Q0009Type: Solicitation
AwardedJan 22, 2026
$142.9K$142,890
AwardeeThompson Land Management & Clearing LLC Brandon MS USA
Award #:140FS326P0039
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
    Similar Opportunities
    Loading similar opportunities...