Treatment of a noctuid moth species at O’Hare International Airport Chicago, IL

SOL #: 12639526Q0029Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Animal And Plant Health Inspection Service
MRPBS AAMD CONTRACTING
RIVERDALE, MD, 20737, United States

Place of Performance

Chicago, IL

NAICS

Exterminating and Pest Control Services (561710)

PSC

Pesticides Support Services (F105)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 19, 2026
2
Submission Deadline
Mar 20, 2026, 5:00 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 Department of Agriculture, Animal and Plant Health Inspection Service (APHIS), through its MRPBS AAMD Contracting office, has issued a Combined Synopsis/Solicitation (RFQ 12639526Q0029) for the treatment of an exotic noctuid moth species (genus Helicoverpa) at O'Hare International Airport (ORD) in Chicago, IL. The objective is to control and eliminate the pest population to prevent its spread. This is a Firm-Fixed-Price IDIQ contract with a potential maximum value of $2.3 million. Quotations are due by March 20, 2026, at 1:00 PM ET.

Scope of Work

The contractor will provide all personnel, equipment, supplies, and services for targeted insecticide applications against moth larvae during spring/summer 2026, with potential continuation for up to three years. Key responsibilities include:

  • Conducting three to four insecticide applications annually, treating 525 to 825 acres within a 2.385-mile radius of ORD.
  • Applying approved insecticides (chlorantraniliprole and Helicovex NPV) using methods tailored to terrain: boom application for flat areas, and walk-along hose/backpack sprayers for sloped/brushy or low-lying areas near waterways.
  • Providing all necessary resources, including ATVs/UTVs, sprayers, chemicals, water (no on-site source), PPE, and transportation.
  • Ensuring at least one licensed Commercial Applicator with an Illinois "right-of-way" license endorsement is on-site.
  • Adhering to strict performance standards, including timely application, label requirements, APHIS-PPQ approval for spray operations, and accurate record-keeping.
  • Obtaining necessary permits for working on IDOT rights-of-way or railroad property.

Contract Details

  • Contract Type: Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ)
  • Period of Performance: One (1) one-year base period and two (2) one-year ordering periods, not to exceed three (3) years total.
  • Estimated Value: Minimum contract amount of $20,000; maximum of $2.3 million.
  • Set-Aside: Not specified as a set-aside; however, various small business provisions are applicable.
  • Product Service Code: F105 (Pesticides Support Services)
  • NAICS Code: 561710 (Exterminating and Pest Control Services)

Submission & Evaluation

  • Proposal Submission: Offerors must submit pricing for all items to be considered responsive. Bidders must provide SAM registration, Illinois pesticide applicator licenses, references, and a detailed treatment plan.
  • Evaluation Criteria: Award will be made to the offeror with the highest technically rated quotation that has fair and reasonable pricing and acceptable or neutral past performance. Tradeoffs will not be conducted. Technical approach, price, and past performance will be assessed.
  • Key Deadlines:
    • Questions Due: March 4, 2026, 1:00 PM EST.
    • Quotations Due: March 20, 2026, 1:00 PM ET.
    • Offerors must hold prices for 90 calendar days.
  • Contact: Linda W Washington, linda.w.washington@usda.gov, 301-851-2682.

Additional Notes

A site tour of the treatment area will be arranged for interested bidders prior to the bid submission deadline. The solicitation incorporates numerous FAR clauses and provisions by reference.

People

Points of Contact

Linda W WashingtonPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
Treatment of a noctuid moth species at O’Hare International Airport Chicago, IL | GovScope