TRI-LAKES PROJECT WEED CONTROL

SOL #: W9128F26QA022Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST OMAHA
OMAHA, NE, 68102-4901, United States

Place of Performance

CO

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 13, 2026
2
Last Updated
Apr 15, 2026
3
Submission Deadline
Mar 27, 2026, 7:00 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. Army Corps of Engineers, Omaha District (W071 ENDIST OMAHA), is soliciting proposals for Tri-Lakes Project Weed Control services. This Total Small Business Set-Aside opportunity requires non-personal services for identifying and controlling noxious weeds using chemical methods across approximately 805.6 acres at Chatfield, Cherry Creek, and Bear Creek Dams and Spillways in Colorado. The contract will have a base year and two option years. Proposals are due March 27, 2026, at 2:00 PM (local time).

Scope of Work

The contractor will provide noxious weed control services, including woody vegetation and cattail treatment, in designated areas such as dam embankments, spillways, outlet works, channels, and administrative/maintenance areas. Application will primarily be ground spraying using 4-wheel drive vehicles, ATVs, or backpack units, with a biodegradable marker dye. Specific control rates are required, generally 100% for total vegetation in certain zones and 85% for noxious weeds/woody vegetation in others. The contractor must maintain a written quality control program and submit daily Pesticide Application Records (PAR). Site visits are strongly recommended.

Contract Details

  • Solicitation Number: W9128F26QA022
  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business (FAR 19.5)
  • NAICS Code: 561730 (Landscaping Services), Size Standard: $9.5 Million
  • Period of Performance: One base year (April 1, 2026 - March 31, 2027) and two option years.
  • Place of Performance: Bear Creek, Chatfield (including Spring Gulch), and Cherry Creek Projects, Colorado.
  • Required Qualifications: Colorado commercial applicator license, general liability insurance with drift/overspray/spill riders, demonstrated ability to complete large-acreage spraying (750+ acres). Adherence to EM 385-1-1 USACE Safety and Health Requirements Manual.

Submission & Evaluation

Proposals must be submitted electronically as a single PDF (max 25 pages, excluding price worksheet) to Tina Keimig (tina.l.keimig@usace.army.mil). Required content includes company information (SAM registered), contact details, technical approach, past performance, and price information, along with acknowledgment of amendments and completed FAR 52.212-3. Offers must remain valid for 90 days.

Evaluation Factors: Past Performance, Technical Approach, and Support Equipment and Facilities are significantly more important than Price.

  • Past Performance: Minimum two references for similar projects (last 3 years), demonstrating experience with pesticides on heavily visited public lands, around water, and 750+ acres.
  • Technical Approach: Recommendation of appropriate chemicals and application rates.
  • Support Equipment and Facilities: Equipment list, ability to obtain mixing water, and adequate personnel.
  • Tie-Breaker: Price will be used if evaluation scores are equal.

Clarifications & Notes

Contractors are responsible for determining the application schedule based on weed growth conditions and monitoring to meet performance thresholds. No specific herbicide products are preferred, but they must be EPA-registered and used according to manufacturer instructions. Digital boundary files are not readily available; onsite clarification with the COR is advised. Including identified subcontractors in the proposal is helpful for the "Best Value" assessment. The previous awardee was Horizon Vegetation Management Inc. Bidders must incorporate Service Contract Act Wage Determination rates into their proposals.

People

Points of Contact

Tina L. KeimigPRIMARY
Mika N. MahyengaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: Apr 15, 2026
Version 4
Solicitation
Posted: Mar 23, 2026
View
Version 3
Solicitation
Posted: Mar 20, 2026
View
Version 2
Solicitation
Posted: Mar 13, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 13, 2026
View
TRI-LAKES PROJECT WEED CONTROL | GovScope