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.