Midewin National Forest Seed Production Invasive Control
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 USDA Forest Service is soliciting proposals for Midewin National Forest Seed Production Invasive Control services at the Midewin National Tallgrass Prairie in Wilmington, IL. This Total Small Business Set-Aside opportunity requires contractors to provide comprehensive herbicide application services to manage invasive species in seed production beds. Proposals are due March 20, 2026, at 4:00 PM Eastern.
Scope of Work
The contractor will be responsible for all aspects of herbicide application to reduce noxious weeds and invasive plant infestations. This includes providing expertise, labor, supervision, herbicides, materials, equipment, tools, supplies, transportation, licenses, permits, and PPE. Key tasks involve:
- Applying foliar herbicides to specific Non-Native Invasive Species (NNIS) such as herbaceous flowering plants, grasses, vines, and woody brush.
- Utilizing hand methods and chemicals, including non-restricted herbicides like glyphosate, triclopyr, sethoxydim, clopyralid, and 2,4-D.
- Minimizing impact on non-target native vegetation.
- Conducting treatments across 16 acres of seedbeds, with two treatments generally required four weeks apart during the growing season.
- Achieving a minimum 95% kill rate for target NNIS and no more than 5% mortality to desirable non-target native species.
- No indiscriminate broadcast or aerial spraying is permitted; work must be performed using backpack sprayers or other hand techniques.
Contract Details
- Contract Type: Solicitation for Commercial Items (FAR Part 12)
- Set-Aside: Total Small Business Set-Aside (NAICS 115112, $9.5 million size standard)
- Product/Service Code: F009 (Seed Collection/Production Services)
- Period of Performance: May 11, 2026 – September 15, 2026
- Place of Performance: Midewin National Tallgrass Prairie, Will County, Illinois (Wilmington, IL). Specific areas include Chicago Road Seed Production Area and River Road Wetland Seed Production Area.
Submission & Evaluation
- Offer Due Date: March 20, 2026, 4:00 PM Eastern
- Questions Due Date: February 24, 2026, 4:00 PM Eastern
- Submission Method: Email proposals to lawrence.jackson@usda.gov. Proposals must include six separate attachments: Price Proposal, Past Performance, Ability to Perform, Quality Control and Quality Assurance Plan, Safety Plan, and Representations and Certifications.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Evaluation factors include Past Experience, Past Performance, Ability to Perform, Quality Control and Quality Assurance Plan, Safety Plan, Price, and Representations and Certifications. Past Experience, Past Performance, and Ability to Perform combined are weighted more heavily than price.
- Site Visit: Offerors are urged to inspect the site.
Special Requirements
- Contractors must possess a valid Illinois commercial pesticide applicators/operator’s license.
- All herbicide applicators must be licensed.
- Detailed daily treatment logs, weekly progress maps, and GPS data are required.
- A written safety plan, including a chemical spill plan, is mandatory.
- Wage Determination (Attachment C) for Illinois Counties of Grundy, Kendall, Will applies.
- Offerors must have an active entity registration in SAM.gov.
- Invoices are submitted via the electronic Invoice Processing Platform (IPP) at ipp.gov.
Contact Information
- Primary Contact: Lawrence Jackson
- Email: lawrence.jackson@usda.gov