Opportunity

SAM #12443926Q0054

Aquatic Invasive Species Herbicide Treatment Services for Hoosier National Forest, Indiana

Buyer

USFS CSA East 1

Posted

April 27, 2026

Respond By

May 08, 2026

Identifier

12443926Q0054

NAICS

115310

The USDA Forest Service is seeking contractors to provide aquatic herbicide treatment services targeting non-native invasive species (NNIS), specifically Eurasian Watermilfoil, in the Hoosier National Forest, Indiana. - Government Buyer: - US Department of Agriculture, Forest Service - Offices: Hoosier National Forest (Brownstown and Tell City Ranger Districts), CSA East 1 (Atlanta, GA) - Products/Services Requested: - Aquatic herbicide treatment services for lakes (Tipsaw, Saddle, Indian, Celina) in Hoosier National Forest - Treatment targets Eurasian Milfoil and nuisance aquatic vegetation - Acreages specified for each lake and treatment type (e.g., 49 acres at Tipsaw, 68.8 acres at Celina) - Pre- and post-treatment surveys and reporting required - Use of EPA-approved chemicals only - Unique/Notable Requirements: - Contractors must possess State of Indiana or reciprocal state pesticide applicator licensing for herbicide treatment - Contract is set aside for small businesses, including women-owned and economically disadvantaged women-owned small businesses - Firm fixed price contract with a base year and one option year, plus potential six-month extension - Safety and performance standards must be met - No specific OEMs or proprietary products are named; the focus is on service delivery and regulatory compliance.

Description

Contractors will treat non-native invasive species (NNIS) for Eurasion Milfoil with additional treatment for nuisance vegetation around the boat ramps and beach areas of the lakes located on the Hoosier National Forest, Tell City Ranger District in Perry County, Indiana as described in the attachments. State of Indiana (or reciprocal) licensing certification for herbicide treatment is required. See Attachments.

It is anticipated that a firm fixed price purchase order consisting of one (1) base year and one (1) one-year option period will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed two (2) years will be made to the offeror representing the best value to the government.

The Government intends to evaluate quotations using a comparative evaluation methodology. This means quotations will be compared against one another to determine which provides the best value to the Government, based on the evaluation factors outlined in this solicitation.

The Government may consider quotations that exceed minimum requirements and offer additional value or benefits, even if they are not the lowest priced. However, formal tradeoff procedures will not be conducted.

System for Award Management (SAM) registration must be current at the time of offer submission.

View original listing