Hensley Lake Vegetation Reduction
ID: W9123825Q0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers in Sacramento, is soliciting proposals for vegetation reduction services at Hensley Lake in California. The contract, designated as a Total Small Business Set-Aside, requires bidders to provide a comprehensive plan for vegetation management, including pre-work meetings and two primary service executions, with options for additional services in subsequent years. This initiative is crucial for maintaining environmental compliance and enhancing the recreational facilities at the site, which includes various water resources and campgrounds. Interested contractors must submit their proposals by 11:00 AM on February 27, 2025, and can direct inquiries to Antonina Beal at antonina.beal@usace.army.mil or Ray Greenheck at Raymond.R.Greenheck@usace.army.mil for further clarification.

    Files
    Title
    Posted
    The document provides a detailed mapping analysis of various sites related to water resources, campgrounds, and recreational facilities, likely as part of a federal RFP or grant proposal. Each section depicts specific areas using color-coded polygons to indicate the dimensions of facilities such as wells, campgrounds, parking lots, and exclusion zones. Hidden Views outline critical areas, detailing measurements like well sizes, campground loops, boat ramps, and access roads, with calculations noting exclusions for compliance or environmental considerations. For instance, Campground Loop A has a total area of 399,248 sq. ft., adjusted to 329,221 sq. ft. after excluding designated areas. This structured presentation aims to guide resource allocation and management for development projects, indicating the areas needing focus for environmental compliance and infrastructure support. The organized mapping aims to assist in grant proposals by demonstrating the scope and requirements for maintaining these facilities, ensuring they align with governmental regulations on public land usage and environmental safety.
    The document serves as a Q&A related to a federal Request for Proposals (RFP), outlining essential information for bidders interested in a maintenance project. It clarifies that no additional licenses or certifications are required beyond what is specified, and acknowledges the existence of a current contractor. Bids must include a financial breakdown for both the base year and four option years, with the lowest priced offer being awarded. Specific submission guidelines are provided, emphasizing adherence to solicitation clauses. Wage determinations under the Service Contract Act are confirmed as the sole requirements for labor rates. While the previous contractor, CLASS CONTRACTING LLC, is identified, information about past costs is withheld. Payment terms are outlined, stating that invoices will be settled within 30 days post-acceptance. This document thus provides clarity and guidelines crucial for potential contractors, ensuring compliance with federal acquisition policies.
    The document is a government Request for Proposal (RFP) for vegetation reduction services at Hensley Lake, issued by the U.S. Army Corps of Engineers, Sacramento. The solicitation number is W9123825Q0008, with a due date for offers set for 11:00 AM on February 27, 2025. The contract will encompass pre-work meetings and two vegetation reduction services, with options for additional services in subsequent years. The project is designated as set aside for small businesses, with an NAICS code of 561730 and a size standard of $9,500,000. Multiple clauses and provisions are included, reflecting regulations on government contracts, representations, and certifications regarding telecommunications equipment, small business status, and compliance with various federal standards. Bidders are instructed on submission requirements, the evaluation process primarily focusing on price, and contractual obligations for federal compliance. The document emphasizes environmental and safety considerations due to the nature of the work involved, ensuring that bidders understand the inspection, acceptance, and delivery terms associated with the services required. Overall, this RFP illustrates the government’s efforts to engage small businesses in sustainable environmental practices through formal procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY25 Hollow Tree and Sandberg Weed Control and Site Preparation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service under the Pacific Southwest Region, is soliciting proposals for the FY25 Hollow Tree and Sandberg Weed Control and Site Preparation project in Sylmar, California. The primary objective is to apply glyphosate herbicide to manage non-native invasive weeds across 48 acres of recently planted plantations, with contractors responsible for all necessary equipment, labor, and supervision while adhering to safety and regulatory standards. This initiative is crucial for environmental preservation and invasive species management within national forest lands, ensuring compliance with federal labor standards and fire safety protocols. Interested contractors must submit their proposals by February 5, 2025, and can direct inquiries to Donovan Porterie at Donovan.porterie@usda.gov or Steve Bear at Steve.bear@usda.gov for further information.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking contractors for Chemical Vegetation Control Services at the Mansfield Hollow Lake Project in Mansfield, CT. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform maintenance spraying and spot treatments of vegetation across approximately 50 acres, including rock slopes and dam structures. This service is crucial for maintaining the integrity and safety of the dam and surrounding areas. The solicitation is set to be released on or about February 21, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Hidden Dam/ Hensley Lake - Well Destruction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting offers for the well destruction project at Hidden Dam, Hensley Lake in California. Contractors are required to perform specific tasks related to water well destruction and safety planning, including a pre-work meeting and an accident prevention plan, in accordance with the Performance Work Statement (PWS). This procurement underscores the government's commitment to engaging small businesses, particularly those eligible for the Total Small Business Set-Aside program, while ensuring compliance with Federal Acquisition Regulation (FAR) clauses. Proposals must be submitted by February 20, 2025, at 11:00 AM PST, and all inquiries should be directed to La Chad Jefferson or Raymond R. Greenheck via the provided contact information.
    Herbicide Application Services for Tenkiller Lake, OK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services at Tenkiller Lake, Oklahoma. This procurement aims to manage vegetation effectively in the area, ensuring the maintenance of the landscape and promoting ecological health. The services are critical for maintaining the grounds and supporting recreational activities at the lake, which is a vital resource for the community. Interested small businesses are encouraged to review the full solicitation, W912BV25Q0028, available at the provided PIEE link, and may contact Lee Maddox at lee.h.maddox@usace.army.mil or 918-669-4393 for further information.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    Mechanical Vegetation Removal Services, Naugatuck River Basin, Various locations in CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is soliciting quotes for mechanical vegetation removal services in the Naugatuck River Basin, Connecticut. Contractors are invited to submit fixed-price quotes for a Blanket Purchase Agreement (BPA), which will facilitate the management of vegetation through environmentally responsible methods, with a performance period from February 18, 2025, to February 17, 2028. The total funding cap for this procurement is set at $250,000, with individual BPA calls not exceeding $25,000. Interested contractors must submit their quotes by February 14, 2025, and can direct inquiries to Contract Specialist Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Piney Woods - South Herbicide-Pesticide
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Piney Woods - South Herbicide-Pesticide Application project, a federal procurement opportunity set aside entirely for small businesses. The contract involves applying herbicides and pesticides at Sam Rayburn Lake and Town Bluff Lake across multiple counties in Texas, requiring contractors to provide labor, equipment, and materials for targeted vegetation control on government properties such as roads, campgrounds, and boat launch areas. The government will supply the necessary chemicals, and contractors must comply with specific application guidelines while maintaining an active registration with the System for Award Management (SAM) and entering a NIST score in the Supplier Performance Risk System (SPRS) prior to contract award. The anticipated solicitation release is on February 11, 2025, with proposals due by March 2, 2025. For further inquiries, interested parties can contact Daisy Ciarlariello at daisy.ciarlariello@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking qualified small businesses for a contract involving the Dredge Material Containment Area (DMCA) and Bird Island mowing and herbicide application for Savannah and Brunswick Harbors in Georgia and South Carolina. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform full mowing and herbicide application in designated areas, with the contract structured as a Firm Fixed Price Award over a five-year period, including one six-month option. This procurement is critical for maintaining the environmental health of the harbors and ensuring compliance with land management practices. Interested parties should prepare for the anticipated solicitation release on or about February 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan A. Aylesworth at Nathan.A.Aylesworth@usace.army.mil.
    NORTH ZONE/REGION 5 MECHANICAL MASTICATION
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is conducting a market survey for the North Zone/Region 5 Mechanical Mastication project, aimed at mechanical vegetation manipulation and fuel reduction across six national forests in Northern California. The procurement seeks to identify industry interest and capabilities to perform essential tasks such as mechanical brush mastication, pre-commercial tree thinning, and site preparation, which are vital for improving forest health and reducing wildfire risks. This initiative underscores the importance of sustainable forest management in maintaining ecological balance and protecting communities from fire hazards. Interested parties must submit their responses by January 28, 2025, and direct inquiries to Veronica Beck at veronica.beck@usda.gov.
    Mowing, Maintenance, Cleaning & Herbicide IDIQ at Carr Creek Lake
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide mowing, maintenance, cleaning, and herbicide application services at Carr Creek Lake in Kentucky. The procurement involves a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum service commitment of $5,759.12 for the base period extending through December 31, 2025, and options for additional service years through December 2029. This initiative aims to ensure the upkeep of public recreational areas while promoting economic opportunities for small businesses, particularly those owned by women. Interested parties must submit their quotes electronically by March 3, 2025, and are encouraged to register in the System for Award Management (SAM) to be eligible for bidding. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or call 502-315-6463.