F--PA-JOHN HEINZ NWR AT TINICUM-HERBICIDE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Fish and Wildlife Service (Department of Interior) has issued an Award Notice for Aerial Herbicide Application services at the John Heinz National Wildlife Refuge at Tinicum, Philadelphia, PA. This opportunity was a Total Small Business Set-Aside. The solicitation for these services closed on February 23, 2026, at 2:00 PM EST, with award based on best value.
Scope of Awarded Work
The awarded contract covers aerial herbicide application via helicopter to control and eradicate invasive plant species (Phragmites australis and Lythrum salicaria). The work involves furnishing all necessary equipment, labor, herbicide, surfactant, and materials for spraying an estimated up to 150 acres. Performance standards required a minimum of 90% control and 90% coverage. The herbicide application was to occur between August 15 and October 20, 2026.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business (FAR 19.5)
- Product Service Code: F105 - Pesticides Support Services
- NAICS Code: 115310 (Farm Management Services), with a size standard of $11.5 million.
- Place of Performance: John Heinz National Wildlife Refuge at Tinicum, Philadelphia, PA.
Solicitation & Evaluation (Historical)
The solicitation (RFQ/RFP) was issued on February 12, 2026, with an offer due date of February 23, 2026, at 2:00 PM EST. Offers were evaluated based on best value, with technical and past performance considered more important than price. Required submissions included a mandatory Past Performance Data Document (Attachment 4) and a Quote Schedule (Attachment 2). The Service Contract Act (SCA) Wage Determination (Attachment 3) was critical for bidders to understand labor costs.
Special Requirements (Historical)
The awarded contractor was required to use aquatic-registered herbicides approved by the Project Officer, adhere to EPA registration labels, and minimize impacts to non-target species with zero tolerance for drift. Other requirements included providing a 72-hour notice before commencing work, implementing a hazard communication program, possessing a valid state commercial aquatic herbicide applicator's license, and maintaining liability insurance of at least $1,000,000 per incident covering drift, run-off, and pollution. An "Application Plan" was required within 10 working days of contract award.
Contact Information
For inquiries, the Contract Point of Contact is Fred Riley at fred_riley@fws.gov or 413-253-8738. The Technical Point of Contact was Erin Lacour at (484) 566-7589 during the solicitation phase.