F--Lost River Noxious Weed Abatement
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 Bureau of Reclamation (Department of Interior) is soliciting quotes for Noxious Weed Abatement services along the Lost River and Miller Creek within the Klamath Project, Klamath County, Oregon. This is a 100% Small Business Set-Aside opportunity, issued as a Request for Quote (RFQ), with the intent to award a Firm-Fixed Price Purchase Order. The purpose is to prevent and reduce the economic, environmental, and social impacts of noxious weeds. Quotes are due Thursday, February 19, 2026, at 10:00 AM Pacific Time.
Scope of Work
The contractor will control noxious weeds on Federal lands and rights-of-way. This includes approximately 28.2 river miles along the Lost River and Miller Creek (treating 5'-80' on either side) and Wilson Reservoir (approximately 8.8 miles of shoreline or 110 acres), totaling an estimated 423 acres. Services require both "Complete Spray" and "Maintenance/Touch-Up Spray" herbicide applications. Key deliverables include a detailed Work Plan, daily application logs, annual reports (draft and final), and geo-tagged photo documentation of treated areas. A blue spray indicator dye must be incorporated into all herbicide mixtures. The contractor must provide licensed pesticide applicators (Oregon Department of Agriculture Regulatory Weed Control and Right-of-Way categories) and demonstrate direct experience in herbicide application in large areas (>300 acres) within riparian zones and sensitive areas, particularly in the Lost River and Miller Creek regions. Environmental compliance with ESA, NEPA, and the Clean Water Act is mandatory.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order (RFQ)
- Period of Performance: March 1, 2026 – February 28, 2027 (Base Year) with four (4) option years, extending through February 28, 2031.
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 561730 (Size Standard: $9.5 Million)
- Quote Due Date: Thursday, February 19, 2026, by 10:00 AM PT
- Submission Method: Email to margaretjones@usbr.gov
- Contact: Margaret Jones (margaretjones@usbr.gov)
Evaluation
Award will be made using a comparative evaluation in accordance with FAR Part 13. Evaluation factors include:
- Technical: Licensing & Staff Qualifications, Technical Approach, Reporting & Documentation, Environmental & Safety Compliance
- Past Performance
- Price
Additional Notes
Offerors must be registered in the System for Award Management (SAM.gov) by the closing date. Access to some treatment areas may be difficult and require private land access. The government may provide an airboat and operator for up to 6 days per year for the Wilson Reservoir Cooperative Project (WRCP). Bidders should review the provided maps (Attachments 1-4) for geographical scope and access points, and the Wage Determination (Attachment 5) for labor cost compliance.