Invasive Plant Treatment Roadside for Grand Teton
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 Department of the Interior, National Park Service (NPS), specifically the IMR Northern Rockies office, has issued a Solicitation for Invasive Plant Treatment (Roadside) services at Grand Teton National Park, WY. This is a Total Small Business Set-Aside for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to control targeted noxious weeds along park roadsides. The maximum contract value is $349,000, with a minimum guarantee of $40,000. Proposals are due May 18, 2026, at 1300 MDT.
Scope of Work
The contractor will provide ground-based survey and herbicide application services to control invasive plants within 25-50 feet of roadsides in Grand Teton National Park and John D. Rockefeller Memorial Parkway. Key tasks include:
- Surveying sites for noxious weeds.
- Mixing and applying specified herbicides.
- Completing daily treatment records and collecting electronic GPS data.
- Furnishing all necessary herbicides, adjuvants, materials, equipment, labor, licensing, supervision, and transportation.
- Work generally occurs between June 1 and July 15 annually.
- Prohibited: Use of All-Terrain Vehicles (ATVs) on NPS lands for treatment. UTVs must follow specific visibility and safety protocols.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Set-Aside: Total Small Business Set-Aside (NAICS 561730, Size Standard $9.5M)
- Period of Performance: Base Year (June 1, 2026 - May 31, 2027) plus two 12-month option periods, not to exceed 5 years and 6 months total.
- Maximum Value: $349,000.00
- Minimum Guarantee: $40,000.00 (via first delivery/task order)
- Place of Performance: Grand Teton National Park and John D. Rockefeller Memorial Parkway, Moose, WY.
- Applicable Regulations: Service Contract Labor Standards (SCA) applies; a Wage Determination is provided. Wildlife regulations, including bear safety and migratory bird protection, must be adhered to.
Submission & Evaluation
- Offer Due Date: May 18, 2026, at 1300 MDT.
- Submission Method: Quotes must be emailed to Sharon_larosa@ios.doi.gov.
- Evaluation Factors: Proposals will be evaluated based on Price, Technical ability (meeting specifications and qualifications), and Prior Experience (three examples of similar projects within the past three years). The government will add the total price for all options to the basic requirement for evaluation.
- Questions: All questions are due five business days prior to the due date and must be submitted in writing.
- Performance Standards: A Quality Assurance Surveillance Plan (QASP) outlines performance expectations, including 90% treatment efficacy and timely submission of records.
Contact Information
For inquiries, contact Sharon LaRosa at Sharon_LaRosa@ios.doi.gov or 720-450-0638.