PRESOLICITATION: Herbicide Pesticide Treatment Services
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 Army, DEPT OF DEFENSE, through W076 ENDIST FT WORTH, has issued a Presolicitation for Herbicide Pesticide Treatment Services. This is a Total Small Business Set-Aside for a firm-fixed price contract with an anticipated maximum capacity of $1,440,000.00 over a five-year ordering period. The solicitation is expected to be posted on or about January 26, 2026. Offerors will be required to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) before award.
Scope of Work
The contractor shall provide all necessary personnel, equipment, supplies, facilities, transportation, tools, vehicles, materials, management, supervision, inspection, and non-personal services to effectively perform herbicide and pesticide treatment services. These services are required at Lake O' The Pines, Wright Patman Lake, and Jim Chapman/Cooper Lakes. All operations must be accomplished in accordance with procedures and practices described in IAW EM 385-1-1.
Contract & Timeline
- Type: Presolicitation (anticipated competitive small business set-aside, firm-fixed price)
- Procurement Method: FAR Part 12 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures)
- Duration: Five (5) year ordering period
- Anticipated Maximum Capacity: $1,440,000.00
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Solicitation Posting: On or about January 26, 2026
- Response Date: January 26, 2026 (anticipated solicitation release date)
- Published: January 9, 2026
Evaluation
Award will be based on best value in accordance with the Comparative Analysis Procedures IAW FAR 13.106-2(b)(3). A NIST score in SPRS is required before contract award. Firms must be registered in SAM.gov to be eligible for award.
Submission & Monitoring
This solicitation and all proposals will be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. Offerors are responsible for monitoring SAM.gov daily for the solicitation (W9126G26QA012) and any amendments. Access to PIEE and SPRS requires specific roles and registration; instructions are provided in the description.
Previous Contract Information
The previous contract, W9126G20D0029, was awarded to LMI, Inc. (CAGE: 89YF4) for $928,161.70, a Firm-Fixed Price contract with a base plus four option years, and 8 task orders awarded.