SPECIAL NOTICE
A -- Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
- Notice Date
- 4/22/2025 8:58:36 AM
- Notice Type
- Special Notice
- NAICS
- 5417
— Scientific Research and Development ServicesT
- Contracting Office
- W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ25N1031
- Response Due
- 4/22/2025 9:30:00 AM
- Archive Date
- 05/07/2025
- Point of Contact
- Amanda Andrews, Phone: 6016345249, SONIA BOYD, Phone: 6017510822
- E-Mail Address
-
amanda.andrews@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL
(amanda.andrews@usace.army.mil, SONIA.J.BOYD@USACE.ARMY.MIL)
- Description
- The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to issue an award to Aquatechnex, LLC (Cage Code: 1YWP7), 1801 Van Wormer St, Centralia, Washington, 98531-1944 on a sole source basis (IAW FAR 13.106-1) for Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin. In order to maintain consistency with research under previous contracts, this requirement is anticipated to be issued for a follow-on contract for the use of techniques and methods developed under previous contracts with the ERDC. There is a need to contract research tasks to develop and field-verify precision submersed herbicide application techniques. This effort would include assessments of specialized quantitative surveys and sampling at site-specific herbicide treatments in the Columbia River Basin (CRB) in support of CE, Federal partners and the National community of invasive species managers and stakeholders of public water bodies. The purpose of this action is to contract highly specialized field services for in-situ development and evaluation of prescribed, species-selective aquatic herbicide applications for controlling invasive plan populations such as flowering rush, milfoil, and curlyleaf pondweed in the CRB (Washington, Oregon, Idaho, Montana). The work will also require a thorough working knowledge of the mode-of-action of all USEPA-registered aquatic herbicides, including their aqueous fate and dissipation, and species-selective control processes. Importantly, the work requires a licensed herbicide applicator with the ability to apply the proprietary compound Procellacor in the CRB. The vendor must also have knowledge and experience with water use restrictions and impacts on threatened and endangered salmonids, and other species of concern, that inhabit the CRB, both from a Federal and State regulations standpoint. The work will also entail in-situ quantitative assessments of non-target native plant populations, and the ability for real-time monitoring of water-exchange characteristics using the inert fluorescent dye rhodamine WT (RWT). AquaTechnex LLC is uniquely qualified for this research since they have the licensing agreement with the manufacturer of Procellacor and dedicated infrastructure and highly experienced personnel in this unique scientific area. This sole source contract is an opportunity for the ERDC to use information from this acquisition to vastly improve efficacy and cost effectiveness of strategies to control submersed invasive in the CRB and to provide guidance to CE and other stakeholders for incorporating this strategy into future management plans. This acquisition is being conducted under FAR 13.106-1. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541715 with a Small Business Size Standard of 1000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same or similar product. All capability statements received by the closing date of the publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Amanda.Andrews@usace.army.mil and Sonia.J.Boyd@usace.army.mil. Responses are due by 1130 (11:30am) Central Time 22 April 2025. No phone calls will be accepted. Point of Contact Amanda Andrews, Contract Specialist, Email Amanda.Andrews@usace.army.mil and Sonia Boyd, Contracting Officer, Email Sonia.J.Boyd@usace.army.mil Place of Performance Address: USACE/ERDC EL- ENVIRONMENTAL LABORATORY 3909 HALLS FERRY ROAD, VICKSBURG, MS Postal Code: 39180-6199 Country: UNITED STATES
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/338743ea0bb046e48c43708e8c51ff03/view)
- Place of Performance
- Address: Vicksburg, MS 39180, USA
- Zip Code: 39180
- Country: USA
- Zip Code: 39180
- Record
- SN07416664-F 20250424/250422230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |