Part 1 – General Information
1.1 General: This is a non-personal services contract to provide chemical and mechanical treatment of noxious and pest weeds on U.S. Army Corps of Engineers (COE) owned lands around Dworshak Dam and Reservoir (Dworshak Project). The Government will not exercise any supervision or control over Contractor employees. Contractor employees shall be accountable solely to the Contractor who, in turn, is responsible to the Government.
1.2 Introduction: The Contractor shall provide all personnel, equipment, personal protective equipment (PPE), supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform chemical and mechanical treatment of noxious and pest weeds as defined in this Performance Work Statement
1.3 Background
1.3.1 The COE has a mission to manage natural resources and act as steward of its lands and waters. Vegetation control is part of the COE’s natural resources management mission to “manage and conserve those natural resources, consistent with ecosystem management principles, while providing quality public outdoor recreation experiences to serve the needs of present and future generations.” The spread of noxious and pest weeds is a major threat to the management and conservation of those resources.
1.3.2 Dworshak Project staffs recognize this threat and have focused efforts on weed control through the use of chemical, mechanical, and biological control measures. The current Dworshak Weed Management Plan employs the use of chemical control in areas accessible by vehicle or deemed critical for immediate containment/eradication. Mechanical control is used in areas deemed unsuitable for the use of chemical or biological control methods.
1.4 Scope and Total Acres to be Treated
1.4.1 Summary. Work on this contract includes application of appropriate herbicides to kill noxious and pest weeds along roads and across designated treatment areas on COE-owned lands around Dworshak Dam and Reservoir. Plant species to be treated are those designated as noxious by the State of Idaho as of January 1 of the current calendar year, as well as the following pest species (Common Name and USDA Symbol):
Bull Thistle (CIVU)
Chicory (CIIN)
Common Cocklebur (XAST)
Common Mullein (VETH)
Common Tansy (TAVU)
Dog Rose (ROCA3)
Oxeye Daisy (LEVU)
Garden Coneflower (CECY2)
Meadow Knapweed (CEDE5)
St. John’s wort (HYPE)
Sulfur Cinquefoil (PORE5)
Tree of Heaven (AIAL)
Ventenata (VEDU)
Note: All herbicide application must follow the USACE, Walla Walla District, Pest Management Program Implementation Instructions, dated August 22, 2017, available online at: https://www.nww.usace.army.mil/Missions/Projects/Pest-Management/ (select Terrestrial Pest Management Program Instructions under Terrestrial Instructions).
1.4.2 General Herbicide. A portion of the herbicide treatment under this contract shall be General Herbicide (broadleaf control) treatment totaling approximately 148 acres (one treatment of 145.70 acres, and a second treatment for approximately 2.3 acres). The Contractor shall apply herbicides in a manner and of sufficient measure to kill noxious and pest weed species within the treatment areas depicted on the attached maps and treatment area descriptions (see Attachments 1, 2, and 3).
1.4.3 Bracken Fern. Work on this contract also includes the herbicide treatment of bracken fern within multiple areas totaling approximately 20 acres. The specific area has not been identified yet but will be within the mitigation area on the attached map (see Attachment 4).
1.5 Special Qualifications
1.5.1 Licensing. The successful offeror shall possess an Idaho State Professional Pesticide Applicator’s License or equivalent in order to be eligible for award. A copy of the valid license must be provided with the proposal. All herbicide applications shall be performed or directly supervised by an applicator with a current and valid Applicator’s License.
1.5.2 Training. Contractor employees performing chemical application shall be able to identify target weed species in all stages of development, as well as distinguish between those weed species and other non-target species. The Contractor shall ensure all individuals involved in herbicide handling and/or application are instructed and knowledgeable on the Contractor’s Spill Contingency Plan.
1.6 General Information
1.6.1 Type of Contract. The Government will award a firm-fixed-price contract.
1.6.2 Period of Performance. The period of performance shall be from May 1 through August 31, 2025, inclusive, according to the accepted work plan (see 1.7.4 below). Due to expected local weather conditions, initial treatment work identified in GPS point 1 through 64 and 147 in this contract must be completed no later than June 15, 2025. The Grandad treatment area shall also be performed mid-summer to early fall. The second treatment of GPS points 24, 25, 26, & 35 (2.3 acres at Dworshak Dam) shall be performed on a weekday during the period of July 8 through August 2, 2025. Due to variations in weather patterns, circumstances may warrant changes in the required date ranges above; any changes to these date ranges must be approved by the COR in writing.
1.6.3 Place of Performance. The work under this contract will be performed on COE-owned lands around Dworshak Dam and Reservoir, located near Orofino, Idaho. The areas designated for treatment include: the immediate area around the town of Ahsahka and the Ahsahka Hillside, the area around Dworshak Dam and Grandad Elk Mitigation Area. Proposed treatment areas are described in detailed charts and shown on the project maps (see Attachments 2, 3 and 4).
1.7 Coordination
1.7.1 Key Contractor Personnel. The Contractor shall provide a Contract Representative who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the COR. The Contract Representative and alternate shall have full authority to act for the Contractor on all matters relating to daily operation of this contract.
1.7.2 Contracting Officer Representative (COR). The Government’s COR monitors all technical aspects of the contract and assists in contract administration. A letter of designation issued to the COR, a copy of which is provided to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates, or changes in delivery dates. Neither the COR, nor any Government employee, is authorized to change or waive any of the terms and conditions of this contract.
1.7.3 Post-award Conference. The Contractor agrees to attend a post-award conference convened by the COR prior to the start of work at the site. The Contracting Officer (KO), COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. These meetings shall be at no additional cost to the Government.
1.7.4 Contractor’s Work Plan. The Contractor shall prepare a Work Plan that details the proposed timeframes for treatments within the periods of performance described in paragraph 1.6.2. The Contractor shall submit their Work Plan in accordance with Technical Exhibit 2, Deliverables Schedule. Also see paragraph 3.2.2 for special considerations regarding scheduling Bracken Fern treatments.