Fumigation Services
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. Department of Agriculture (USDA), Agricultural Research Service (ARS) is soliciting quotations for Fumigation Services for 4.5 acres in Parlier, CA. This is a Total Small Business Set-Aside opportunity issued as a Request for Quotation (RFQ). Quotations are due by February 3, 2026.
Scope of Work
The objective is to hire a reputable firm to perform soil fumigation services using Telone on two fields, totaling an estimated 4.5 acres. This is to improve soil health and address nematode populations and other soil-borne issues impacting a grape breeding program. The contractor will be responsible for providing the Telone fumigant and all aspects of its application. Fields will be treated to control nematodes, harmful insects, phylloxera, weeds, bacteria, fungi, and diseases. The application method must be Tarped Shank Application, injecting fumigant into the ground with narrow, knife-type shanks and tubes, with treated areas immediately covered with film or plastic. The government will prepare the soil as per the company's recommendation.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561710 (Pesticides Support Services), Size Standard: $17.5 Million
- Period of Performance: April 2026 – May 2026 (SOW), with a broader contract period of February 6, 2026, to June 30, 2026 (RFQ).
- Delivery Date: June 30, 2026
- Quotations Due: February 3, 2026, by 1600 CT
- Published: January 27, 2026
Evaluation
Award will be made to the responsible offeror whose quotation, conforming to the solicitation, is most advantageous to the Government, considering price and other factors. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) method. Technical acceptability includes meeting all requirements and having an acceptable past performance rating. All required documents must be submitted with the offer.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) and have an active Unique Entity Identifier (UEI). Invoices must be submitted electronically through the Invoice Processing Platform (IPP). Questions regarding the solicitation should be emailed to James Porter at james.porter@usda.gov. The full text of provisions and clauses can be accessed electronically at www.acquisition.gov.