Invasive Species Control, Missisquo NWR, VT
ID: 140FS326Q0003Type: 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 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 fred_riley@fws.gov or by phone at 413-253-8738.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service is seeking qualified contractors for herbicide application at Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to control and eradicate invasive plant species across approximately 41 acres of grasslands along Tabor Road, improving habitat for nesting birds. Work will occur between July 1 and July 20, 2026, with potential for extension. Contractors must be Vermont Certified Pesticide Applicators (Category 2: Forestry), use approved aquatic-registered herbicides like Rodeo, and adhere to strict safety and environmental protocols, including minimizing drift and avoiding application during rain. A key objective is to achieve at least 80% eradication, with reapplication at the contractor's expense if results are not met. Contractors are responsible for furnishing all equipment, labor, herbicides, water, insurance, and supervision. They must submit an application plan, post-application documentation, and maintain liability insurance. Public safety is paramount, with refuge staff enforcing closures and placing warning signs during spraying. The government assumes no liability for contractor performance, and contractors are responsible for any damages.
    This document is a Quote Schedule for Invasive Species Control at the Missisquoi National Wildlife Refuge in Vermont. The project involves controlling invasive species across 41 acres, with a period of performance from July 1 to July 20, 2026. The unit price per acre includes all necessary supplies and materials as per the Performance Work Statement. This schedule is likely part of a federal government RFP, indicating a procurement for environmental services.
    The Service Contract Act Wage Determination No. 2015-6143, Revision No. 1, outlines wage and fringe benefit requirements for contracts in specific Vermont counties (Chittenden, Franklin, Grand Isle). It details minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award or renewal dates. The document lists various occupations with their corresponding hourly rates, alongside mandated fringe benefits, including health & welfare, vacation, and holidays. It also specifies hazardous pay differentials, uniform allowances, and the process for conforming unlisted job classifications via Standard Form 1444. The wage determination ensures fair compensation and worker protections under federal contract guidelines.
    The "Past Experience Questionnaire – 140F0922Q0105" is a critical solicitation document for businesses bidding on government contracts. It requires detailed information regarding a company's experience, including years in business, experience as a prime or sub-contractor (especially with federal contracts), and any past failures to complete work. The questionnaire also focuses on key personnel, asking for minimum/maximum employee numbers, regular payroll status, anticipated project staffing, and sole proprietorship status. Sub-contractor details are required if applicable. A significant portion of the document is dedicated to providing three references for past performance within the last three years, similar in size and complexity to the solicited work, with government contracts preferred. Each reference must include contract agency/company, contract number, total value, POC details, dates, and a detailed scope of project. Finally, the document includes a certification section requiring an official's name, title, and date, affirming the completeness and correctness of all provided information and authorizing reference checks.
    Amendment 0001 to solicitation 140FS326Q0003, issued by FWS SAT Team 3, extends the deadline for quotes to December 8, 2025, at 2 PM EST. This amendment pertains to the "VT Miwsquoi NWR- Grassland Invasive Species Control" project. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on their offer, or sending a separate communication, ensuring it is received before the new deadline. The amendment was effective on November 18, 2025, and signed by Fred Riley, the Contracting Officer.
    This government Request for Proposal (RFP) (Solicitation Number 140FS326Q0003) outlines requirements for invasive species control at FWS Missisquoi NWR in Swanton, VT. The solicitation, issued by FWS SAT Team 3, is a small business set-aside with a NAICS code of 115310 and a 100% size standard. Offers are due by December 3, 2025, at 1400 ES, with an issue date of November 18, 2025. The period of performance for invasive species control is from July 1, 2026, to July 20, 2026, with a delivery date of July 20, 2026. The document incorporates various Federal Acquisition Regulation (FAR) clauses, including those related to electronic invoicing via the IPP system, reporting of biobased products, and limitations on subcontracting for small businesses. Evaluation will prioritize best value, considering price, technical aspects, and past performance, with technical and past performance being more important than price. The RFP also emphasizes green acquisition initiatives, encouraging the use of environmentally preferable products and services.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    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 fredriley@fws.gov or 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.
    Winter Property Maintenance (GMFL Supervisor's Office)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking a contractor for winter property maintenance services at the Green Mountain and Finger Lakes National Forests Supervisor's Office in Mendon, Vermont. The contract, which spans a base year and four option years starting October 15, 2025, requires the contractor to provide snow and ice removal from various areas, including driveways and parking lots, as well as the application of anti-skid materials and management of snow piles. This maintenance is crucial for ensuring safe access to the facility during winter months. Interested small businesses must submit a technical proposal, price proposal, and relevant certifications, with the award based on a best-value determination that weighs technical capability alongside price. For further details, potential bidders can contact Carrie L. Edwards at carrie.edwards@usda.gov.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    Bitterroot Front 10 Year G-Z IRSC
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide office janitorial services for the North Springfield Lake and Upper Connecticut River Basin in Vermont. The contractor will be responsible for furnishing all necessary equipment, materials, and labor to clean the designated offices, adhering to the Performance Work Statement. This procurement is crucial for maintaining a clean and functional work environment for government operations, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 5, 2025, and must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be answered.
    Southwestern Region Tree Planting IDIQ
    Buyer not available
    The Department of Agriculture, Forest Service is seeking proposals for the Southwestern Region Tree Planting Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing reforestation services across eleven National Forests in Arizona and New Mexico. This procurement, set aside 100% for small businesses, includes tasks such as tree transport, care, handling, planting, and animal damage control, with a focus on restoring lands affected by fire, insects, diseases, or timber harvests. The contract is significant for enhancing forest health and sustainability, with multiple firm-fixed-price awards anticipated over a five-year period, starting from January 5, 2026. Interested contractors must submit proposals electronically by December 5, 2025, and can direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or David Watson at david.l.watson@usda.gov.