Aquatic Herbicide Treatment for the Control of Variable Milfoil, Hopkinton Everett Lakes, Hopkinton, NH
ID: W912WJ25QA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small business vendors to provide aquatic herbicide treatment for the control of variable milfoil at the Hopkinton-Everett Lakes Flood Control Project in Hopkinton, NH. The project involves furnishing all necessary materials, equipment, and labor to apply a systematic herbicide over approximately 38 acres, primarily targeting Elm Brook Pool and Drew Lake, with potential options for additional water testing and reporting. This initiative is crucial for managing the invasive variable milfoil, which threatens local ecosystems and recreational activities, thereby underscoring the federal commitment to environmental stewardship. Interested vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 7:08 PM UTC
The Performance Work Statement issued by the U.S. Army Corps of Engineers addresses the control of variable milfoil in the Hopkinton-Everett Lakes area in Hopkinton, NH. The document includes detailed area maps outlining specific locations such as the Elm Brook Pool and Drew Lake, indicating where boat launches and treatment areas will be implemented. The purpose of this initiative is to manage and mitigate the spread of variable milfoil, which is an invasive aquatic plant that can disrupt local ecosystems and recreational activities. By providing treatment maps, the document facilitates precise planning and execution of control measures. The focus on both identifying treatment areas and launching sites indicates a comprehensive approach to invasive species management, ensuring effective response to the challenges posed by variable milfoil in these lakes. This RFP highlights the federal commitment to environmental stewardship and the protection of aquatic resources.
Apr 8, 2025, 7:08 PM UTC
Similar Opportunities
Milfoil Aquatic Herbicide Treatment Services, Franklin Falls Dam, Franklin, NH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for Milfoil Aquatic Herbicide Treatment Services at the Franklin Falls Dam in Franklin, New Hampshire. The contractor will be responsible for providing all necessary materials, equipment, labor, and transportation to apply a systematic aquatic herbicide to control variable milfoil across approximately 17 acres along the Pemigewasset River. This initiative is crucial for managing invasive aquatic species and ensuring the health of local ecosystems, reflecting the government's commitment to environmental stewardship. Interested vendors must have an active registration in SAM.gov and are encouraged to contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or 978-318-8902 for further details; the total contract value is estimated at $19.5 million, with all work to be completed by December 31, 2025.
Hand Pulling Milfoil, North Hartland Lake, N. Hartland, VT and North Springfield Lake, Perkinsville, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the hand-pulling of Eurasian watermilfoil at North Hartland Lake and Stoughton Pond in Vermont. The project requires vendors to furnish all necessary labor, equipment, and transportation to effectively manage and control the invasive milfoil species, which poses a threat to local ecosystems and recreational activities. This initiative underscores the government's commitment to environmental conservation and the health of these water bodies, with the work contributing to the preservation of natural habitats. Interested small business vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
Control of Aquatic Invasive Plant Species, East Brimfield Lake, Fiskdale, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors to perform aquatic herbicide treatments at East Brimfield Lake in Fiskdale, Massachusetts, targeting invasive plant species such as fanwort and Eurasian milfoil. The project requires the application of Granular Fluridone across approximately 43 acres, with an option to treat an additional 8 acres, along with conducting a post-treatment survey to evaluate the effectiveness of the herbicide and provide future management recommendations. This initiative underscores the commitment to managing aquatic invasive species while promoting engagement with small businesses in federal contracting opportunities. Interested contractors must hold an active registration in the System for Award Management (SAM) and comply with safety and reporting requirements, with the contract expected to last until October 2025. For further inquiries, contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.
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.
Grounds Maintenance Services, Birch Hill Dam and Tully Lake Dam, Royalston, MA
Buyer not available
The U.S. Army Corps of Engineers is seeking qualified contractors to provide Grounds Maintenance Services at Birch Hill Dam and Tully Lake Dam in Royalston, Massachusetts. The procurement requires the contractor to furnish all necessary equipment, materials, labor, and transportation to perform tasks such as mowing, spring and fall cleanups, and pavement sweeping, all in compliance with safety and environmental regulations. This initiative is crucial for maintaining the visual appeal and functionality of these federal recreational sites, enhancing visitor experiences while ensuring proper stewardship of public spaces. The total contract value is estimated at $9.5 million, with a performance period extending until December 2026, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
Procurement and Replacement of a Log Boom at North Hartland Lake, North Hartland, VT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers – New England District, is seeking contractors for the procurement and replacement of a log boom at North Hartland Lake in Vermont. The project involves furnishing all necessary labor, materials, and equipment to replace various components of the log boom, including wire rope, chains, clamps, and thimbles, as well as the removal and disposal of existing materials. This work is crucial for maintaining the integrity of the lake's infrastructure and ensuring safe operations. The estimated contract value ranges from $100,000 to $250,000, with the solicitation documents expected to be available around April 24, 2025. Interested vendors must have an active registration in SAM.gov and can contact Brian Mannion at brian.t.mannion@usace.army.mil or 978-318-8478 for further information.
Herbicide Application Services at the Chena River Lakes Flood Control Project, North Pole, Alaska
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide herbicide application services at the Chena River Lakes Flood Control Project located in North Pole, Alaska. The procurement aims to manage vegetation effectively to ensure the operational integrity of the flood control project, which is crucial for local flood management and environmental maintenance. This opportunity is a 100% Total Small Business Set-Aside, emphasizing the importance of local business participation, and interested contractors must submit their quotations by 2:00 p.m. Alaska Time on April 15, 2025. For further inquiries, potential bidders can contact Ernest Woods at ernest.l.woods@usace.army.mil or Tom Green at tom.green@usace.army.mil.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
Grounds Maintenance Services, North Springfield Lake and the Upper Connecticut River Basin, VT
Buyer not available
The U.S. Army Corps of Engineers - New England District is soliciting proposals for Grounds Maintenance Services at North Springfield Lake and the Upper Connecticut River Basin in Vermont. The procurement requires vendors to provide all necessary equipment, materials, labor, and transportation to maintain designated areas, with a total award amount of $9,500,000. This contract is crucial for ensuring the upkeep of the grounds, adhering to safety and environmental regulations, and promoting small business participation. Interested parties must submit their offers by April 21, 2025, at 2:00 PM Eastern time, and can direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT and Sandisfield, MA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting bids for Grounds Maintenance Services at Colebrook River Lake, located in Colebrook, CT, and Sandisfield, MA. The contractor will be responsible for a range of services including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, conducting spring and fall cleanups on 2.5 acres, and clearing drainage swales and catch basins, all to be performed in accordance with the Performance Work Statement. This initiative is crucial for maintaining the facility's grounds in a clean, safe, and aesthetically pleasing condition, enhancing the experience for visitors and the local community. The total award amount for this contract is $9,500,000, and interested vendors, particularly small businesses, must submit their quotes by the specified deadline and ensure they have an active registration in SAM.gov. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.