Aquatic Herbicide Treatment for the Control of Variable Milfoil, Hopkinton Everett Lakes, Hopkinton, NH
ID: W912WJ25QA003Type: Presolicitation
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 Mar 22, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 22, 2025, 12:00 AM UTC
  3. 3
    Due Not available
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
Herbicide Spraying for USACE Philadelphia District Field Sites
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is soliciting bids for herbicide spraying services across five flood control projects and the Chesapeake and Delaware Canal, with a total estimated contract value of $9,500,000. The primary objective is to manage unwanted woody vegetation and invasive species to ensure the integrity of earthen structures and facilitate navigation along the canal. This contract, categorized as a Firm Fixed Price service agreement, will run from June 1 to July 31, 2025, and requires contractors to provide all necessary manpower, equipment, and materials while adhering to federal and state pesticide regulations. Interested parties should submit their quotes via email to the designated contacts, Connor Struckmeyer and Brandon Mormello, and are encouraged to monitor the SAM.gov website for updates and additional information regarding the solicitation.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
Beach Water Sampling, Hop Brook Lake, Middlebury, CT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for swimming beach water quality testing at Hop Brook Lake in Middlebury, CT. The project requires contractors to provide all necessary labor, equipment, and materials for weekly sampling of beach water, specifically testing for E. coli and cyanobacteria, including cyanotoxins Microcystins-LR and Anatoxin-a, with strict adherence to safety and health regulations. This procurement is set aside for small businesses under NAICS code 541380, with a performance period extending through April 30, 2026, and the possibility of two option years. Interested vendors must have an active registration in SAM.gov and submit their proposals by April 24, 2025, at 2:00 PM Eastern Time; inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
Maps Uploaded
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide herbicide application services for invasive plant control in Southern Lane County, Oregon, as part of the Willamette Valley Project. The contract involves managing approximately 234.2 acres across 14 parcels, focusing on the treatment of invasive species to protect native ecosystems and endangered species. This initiative is crucial for maintaining ecological balance and adhering to federal environmental regulations. Interested contractors should submit quotes to Raymie Briddell and Darrell Hutchens by April 23, 2025, with a total contract value of $22 million and services expected to commence between June 1, 2025, and May 31, 2026.
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.
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.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
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.
MS NOXUBEE NWR HERBICIDE TREATMENT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking bids for herbicide treatment on approximately 753 acres at the Sam D. Hamilton Noxubee National Wildlife Refuge in Mississippi. This procurement is set aside for small businesses under NAICS code 325320, focusing on the application of pesticides while adhering to environmental regulations and ensuring the protection of non-target species. The contract requires comprehensive management of herbicide application, including reporting and compliance, with deliverables such as treatment reports and proof of regulatory adherence. Interested contractors must submit their quotes by April 28, 2025, and can contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further information.
Noxious Weed Spraying at Cottonwood and Cold Brook Dams, SD
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for a Total Vegetation Control and Noxious Weed Spraying project at the Cottonwood and Cold Brook Dams in South Dakota. The contractor will be responsible for providing all necessary labor, supervision, equipment, chemicals, supplies, and transportation to control vegetation across approximately 190 acres during the 2025-2027 growing seasons, ensuring compliance with environmental safety standards and public safety regulations. This contract is crucial for maintaining the integrity of critical infrastructure while promoting small business participation, as it is set aside for total small business engagement. Proposals are due by the specified deadline, and interested parties can contact Casey M. Barber at casey.m.barber@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil for further information.