F--HERBICIDE APPLICATION AT FWS TRUSTOM POND NWR
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 (FWS) is soliciting quotes for herbicide application services to treat approximately 36 acres of invasive plant species at Trustom Pond National Wildlife Refuge in South Kingstown, Rhode Island. This opportunity is a Total Small Business Set-Aside. An amendment has revised the Statement of Work to include insurance requirements and extended the proposal deadline. Quotes are due by February 9, 2026.
Scope of Work
The contractor will provide comprehensive treatment of invasive plant species during the 2026 field season. This includes:
- Treatment of common reed (Phragmites australis) along shorelines of Trustom Pond and Cards Pond.
- Spot treatment of invasive shrub species, including beach rose (Rosa rugosa) and Morrow's honeysuckle (Lonicera morrowii) in dune and back beach habitats at Moonstone Beach.
- Treatment of mile-a-minute vine (Persicaria perfoliata) in upland fields north of the barrier beach. The total estimated acreage for treatment is 36 acres.
Key Requirements
Contractors must possess a valid Rhode Island commercial herbicide applicator's license and carry liability insurance of at least $1,000,000 per incident. Specific equipment requirements include tracked, low-ground-pressure equipment (2 PSI or less) for sensitive wetland environments. Herbicides must be registered for wetland use, and carriers/adjuvants must be non-toxic and registered for water applications. Contractors are responsible for providing all equipment and supplies, planning for no on-site water sources, and adhering to weather-related restrictions. A pre-work meeting is required within 10 days of contract award. The contractor warrants to reapply herbicide at no additional cost if desired results are not achieved. Compliance with OSHA safety standards and a hazard communication program are mandatory.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F105 - Pesticides Support Services
- Response Due: February 9, 2026, by 22:00 UTC (17:00 EST)
- Published Date: February 4, 2026
- Period of Performance: Treatments for Phragmites and shrubs must occur after August 25, 2026, and prior to plant senescence. Mile-a-minute vine has no seasonal restrictions. Work is contingent upon fund availability.
Submission & Evaluation
Quotes must be submitted via email to chantal_bashizi@fws.gov. Required submission content includes a UEI number (SAM.gov registration), a detailed narrative of capability and approach, price per acre, and total cost for 36 acres. Evaluation factors include price (best value), acceptable specification/proposal, past performance (CPARS/FAPIIS), and the Contracting Officer's personal knowledge. Bidders should also review Wage Determination No. 2015-4105, Revision No. 31, for applicable labor standards.
Contact Information
- Primary Point of Contact: Chantal Bashizi
- Email: chantal_bashizi@fws.gov
- Phone: 703-358-1854