Aquatic non-native invasive species (NNIS) treatment services

SOL #: 12443926Q0054Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA EAST 1
Atlanta, GA, 303092449, United States

Place of Performance

Tell City, IN

NAICS

Support Activities for Forestry (115310)

PSC

Other Range/Forest Improvements Services (Non Construction) (F018)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 27, 2026
2
Submission Deadline
May 8, 2026, 5:00 PM

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 USDA Forest Service is soliciting proposals for Aquatic Non-Native Invasive Species (NNIS) Treatment Services on the Hoosier National Forest, Tell City Ranger District in Perry County, Indiana. This Total Small Business Set-Aside opportunity requires contractors to treat Eurasian Milfoil and other nuisance vegetation around boat ramps and beach areas. A firm fixed-price purchase order is anticipated, consisting of one base year and one one-year option period. Offers are due by May 6, 2026, at 1:00 p.m. Central Time.

Scope of Work

The primary objective is to remove or reduce Eurasian Watermilfoil (MYSP) and other nuisance aquatic vegetation to protect native plant communities and wildlife. Treatment areas are mapped locations within the Hoosier National Forest, specifically around boat ramps and beach areas of lakes such as Indian Lake, Celina Lake, Tipsaw Lake, and Saddle Lake. The work involves ground-based application of EPA-approved, non-restricted aquatic herbicides, avoiding broadcast or aerial spraying. Applications must occur during weekdays with low public usage. Post-treatment surveys are required within 1-2 months to assess effectiveness, with a minimum 90% kill of target infestations and minimal impact on non-target native species. Re-treatment at the contractor's expense is required if acceptable quality levels are not met.

Contract Details

  • Contract Type: Firm Fixed-Price Purchase Order
  • Duration: One (1) base year (May 1, 2026 – September 30, 2026) and one (1) one-year option period (April 1, 2027 – September 30, 2027), not to exceed two years total. Option years are subject to funding and satisfactory performance.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Place of Performance: Hoosier National Forest, Tell City Ranger District, Perry County, Indiana.
  • Product Service Code: F018 (Other Range/Forest Improvements Services (Non Construction))

Key Requirements

Contractors must possess current State of Indiana (or reciprocal) commercial pesticide applicator certification and an OISC Category 5 Aquatic Pest Management license. An on-site licensed applicator or registered technician must be present at all times. Key personnel, including Project Managers/On-Site Foremen, must hold required licensure. Bidders must submit employee and subcontractor licensing certifications with their proposals. Equipment must include GPS-enabled devices for navigation using georeferenced PDF or .shp files. Compliance with federal wage determinations (WD 1981-1257 R71) for labor costs is mandatory.

Submission & Evaluation

This is a Combined Synopsis/Solicitation. Award will be made to the offeror representing the best value to the Government, based on a comparative evaluation. Evaluation factors include Past Performance, Experience, Technical Approach, and Price.

  • Past Performance: Requires specific information on recent contracts (last 3 years) and references.
  • Experience: Identification of company and key personnel experience, including a foreman.
  • Technical Approach: Requires an Operational Plan, Key Personnel qualifications, and a Safety Plan.
  • Pricing: Must be provided for the base and all option periods on the attached SF1449; failure to price individual line items may result in disqualification.
  • Offers Due: May 6, 2026, 1:00 p.m. Central Time.
  • Questions Due: May 6, 2026, 1:00 p.m. Central Time.
  • Submission: Questions to tobi.shumaker@usda.gov; Offers to tobi.underwood@usda.gov.
  • Offer Acceptance Period: 90 calendar days from the offer due date.
  • SAM Registration: Must be current at the time of offer submission.

Attachments

The solicitation includes a Performance Work Statement (PWS), Maps of the treatment areas, a Wage Determination, and an Experience Questionnaire, all critical for proposal preparation.

People

Points of Contact

Tobi ShumakerPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
Aquatic non-native invasive species (NNIS) treatment services | GovScope