Noxious Weed Spraying at Big Bend, SD
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. Army Corps of Engineers (USACE), Omaha District, is soliciting proposals for Noxious Weed Spraying services at the Big Bend Project lands in South Dakota. This is a Total Small Business Set-Aside opportunity for non-personnel services to control noxious weed infestations on Lake Sharpe/Big Bend Project lands. Proposals are due March 19, 2026, at 02:00 PM Local Time.
Scope of Work
This contract requires the provision of herbicide application services for noxious weed control, including spring and fall applications covering approximately 1200 acres each season. Major weed targets include Musk Thistle, Canada Thistle, Field Bindweed, Salt Cedar, Marijuana, and Leafy Spurge. Services must utilize ground spraying equipment (4-wheel drive vehicle with spray boom, ORV with spray boom, or backpack spray unit) with a biodegradable marker dye. The areas to be sprayed are located along the east side of Lakes Sharpe and Francis Case.
Contract & Timeline
- Contract Type: Solicitation (implied Firm Fixed Price)
- Period of Performance:
- Base Year: May 1, 2026, to April 30, 2027
- Option 1: May 1, 2027, to April 30, 2028
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561730 (Landscaping Services) with a $9.5M size standard.
- Response Due: March 19, 2026, at 02:00 PM Local Time
- Published Date: February 26, 2026
Submission & Evaluation
Offers must be submitted electronically to Casey Barber at Casey.M.Barber@usace.army.mil. Proposals must include company information, federal tax ID, authorized negotiator details, technical and past performance information, a completed price schedule, agreement to terms, and acknowledgement of amendments.
Evaluation factors include: Experience (resumes, relevant experience, licenses), Technical (personnel, program management, quality assurance), and Price. Factors 1 and 2 combined are approximately equal in importance to Factor 3 (Price). Award will be made to the offeror representing the best value to the Government.
Special Requirements & Notes
- Site Visit: Scheduled for March 6, 2026, at 10:00 AM Central Time at the Big Bend Project Office. Contractors must RSVP by March 5, 2026, to Nadine Catania and Casey Barber.
- Performance Standards: A minimum 95% kill rate is required for target species. Spraying is prohibited in winds over 15 mph.
- Licensing & Insurance: Contractor must be licensed by the State of South Dakota as a commercial applicator and hold general liability insurance with riders for drift, overspray, and spills.
- Chemicals: Only EPA-registered chemicals approved for use in South Dakota and by the COR are permitted. MSDS for all products must be provided.
- Wage Determinations: Bidders must adhere to U.S. Department of Labor Wage Determinations (WD 2015-5373 and WD 2015-5377) for minimum wage rates and fringe benefits for service employees in specified South Dakota counties.