OR-SHELDON NWR HERBICIDE APPLICATION R1

SOL #: 140FS126Q0002Combined Synopsis/Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
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
Jan 12, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Jan 20, 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 an Award Notice for herbicide application services at Sheldon National Wildlife Refuge, Denio, Nevada. This notice pertains to a past solicitation for controlling invasive annual grasses. Specific award details, such as the awardee and contract value, are not provided in this notice.

Original Solicitation Scope

The original solicitation sought services for the application of indaziflam and imazapic herbicides to approximately 500 acres. Key requirements included:

  • Application of indaziflam herbicide and imazapic herbicide to approximately 500 acres.
  • Use of appropriate surfactants, drift control agent(s), and other adjuvants.
  • Application rate of 5 fl oz/acre for indaziflam and 5 fl oz/acre for imazapic, with a total mix of at least 5 gallons per acre.
  • Contractor was required to purchase and supply all chemicals, including herbicides and adjuvants, and supply equipment for metering, mixing, and loading chemicals and water.
  • Site-specific conditions precluded ground-based application methods.
  • Deliverables included GPS files of all operations and application locations, and copies of all application logs.

Original Contract Details

  • Type: Firm-fixed-price.
  • Period of Performance: September 15, 2026, to November 1, 2026.
  • Delivery: FOB Destination.

Eligibility & Submission (Past Solicitation)

This acquisition was a Total Small Business Set-Aside (NAICS Code: 325320, Size Standard: 1150). Quotes were due by January 20, 2026, at 1700 ET and were to be submitted via email to kathryn_coltran@fws.gov. Solicitation questions were due by January 15, 2026. Award was to be made to the responsible source proposing the best value product. Offerors were required to be registered in SAM as an active vendor.

Additional Notes

This announcement constituted the only solicitation; quotes were requested, and a separate written solicitation was not issued.

People

Points of Contact

Coltran, KathrynPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Award Notice
Posted: Mar 3, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
F--OR-SHELDON NWR HERBICIDE APPLICATION R1 | GovScope