CA-TULE LAKE NWR GREBE NESTING HABITAT
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) is soliciting proposals for the aerial application of aquatic glyphosate herbicide at Tule Lake National Wildlife Refuge, California. This effort aims to treat approximately 600 acres of emergent cattail vegetation to create and enhance nesting habitat for large grebe species. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor will provide all personnel, equipment, supplies, herbicides, and adjuvants for the aerial application of aquatic glyphosate. Key requirements include treating approximately 600 acres of emergent cattail vegetation, complying with the attached Statement of Work (SOW), avoiding sensitive wildlife and desirable wetland vegetation, and utilizing equipment capable of application in technically challenging wetland conditions without road or boat access. Contractors must also comply with all applicable federal, state, and local regulations and permitting procedures, and are prohibited from using UAS manufactured or assembled by American Security Drone Act-Covered foreign entities.
Contract & Timeline
- Type: Solicitation (implied Fixed-Price)
- Period of Performance: Date of award (anticipated April 1, 2026) through October 31, 2026. The optimal treatment window is late summer to early fall.
- Set-Aside: Total Small Business (NAICS Code: 115310 – Support Activities for Forestry; PSC Code: F018 – Other Range/Forest Improvements Services).
- Quote Submission Due: March 18, 2026, at 1:00 PM Central Time.
- Questions Deadline: March 13, 2026, at 2:00 PM Central Time.
- Published: March 6, 2026.
Submission & Evaluation
Quotes must be submitted via email to tanner_frank@ios.doi.gov. Required submittal documents include a signed SF 1449, a Technical Capability Statement, Past Performance/Experience (1-3 projects), completed FAR clauses 52.204-24 & 52.204-26, a Price Quote, and Subcontractor Information (if applicable). Award will be based on a Best Value determination, considering technical capability, past experience, and price. The government reserves the right to award to other than the lowest priced offer. Contractors must be actively registered in SAM.gov prior to award and IPP for invoicing.
Contact Information
- Submission Contact: Tanner Frank (tanner_frank@ios.doi.gov)
- Technical POC: Geoffrey Grisdale (458-232-2399)