HERBICIDE APPLICATION AT FWS TRUSTOM POND NWR

SOL #: 140FS326Q0022Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS SAT TEAM 3
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Pesticide and Other Agricultural Chemical Manufacturing (325320)

PSC

Pesticides Support Services (F105)

Set Aside

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

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Feb 6, 2026, 10:00 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 U.S. Fish and Wildlife Service (FWS) has issued a solicitation for Herbicide Application Services at the Trustom Pond National Wildlife Refuge in South Kingstown, Rhode Island. The project involves the treatment of approximately 36 acres of invasive plant species to restore sensitive dune and wetland habitats. Quotes are due by February 6, 2026.

Scope of Work

The contractor will provide all labor, equipment, and materials to treat invasive species across the Moonstone Beach and Cards Pond areas. Key tasks include:

  • Target Species: Control of common reed (Phragmites australis), beach rose (Rosa rugosa), Morrow's honeysuckle (Lonicera morrowii), and mile-a-minute vine (Persicaria perfoliata).
  • Equipment Requirements: Use of tracked, low-ground-pressure equipment (2 PSI or less) is mandatory for Phragmites treatment in wetland environments.
  • Regulatory Compliance: Contractors must possess a valid Rhode Island commercial herbicide applicator's license and use herbicides registered for wetland use.
  • Operational Constraints: No vehicles are permitted landward of the primary dune line without approval. No water sources are available on-site.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP)
  • Set-Aside: Total Small Business Set-Aside
  • Performance Period: While the solicitation lists a February 2026 window, the Statement of Work specifies that treatment must occur after August 25, 2026, to avoid disturbing the breeding season.
  • Response Due: February 6, 2026, at 5:00 PM EST

Evaluation

Award will be made on a Best Value basis. Evaluation factors include:

  1. Price (per acre and total cost)
  2. Technical Capability: Detailed narrative of the proposed approach and equipment.
  3. Past Performance: Review of CPARS/FAPIIS and Contracting Officer knowledge.

Additional Notes

A pre-work meeting is required within 10 days of contract award. All invoices must be submitted via the Invoice Processing Platform (IPP).

People

Points of Contact

Bashizi, ChantalPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Award Notice
Posted: Mar 2, 2026
View
Version 2
Solicitation
Posted: Feb 4, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 2, 2026