TRI-LAKES PROJECT WEED CONTROL
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 Tri-Lakes Project Weed Control services in Colorado. This requirement is a Total Small Business Set-Aside for noxious weed control at Chatfield, Cherry Creek, and Bear Creek Dams. Offers are due by March 27, 2026, at 2:00 PM.
Opportunity Overview
This solicitation (W9128F26QA022) seeks non-personal services for identifying and controlling noxious weeds using chemical methods across approximately 805.6 acres at the Tri-Lakes Project. This includes Chatfield Dam (388.5 acres), Cherry Creek Dam (243.7 acres), and Bear Creek Dam (173.4 acres). Services involve ground spraying using various equipment, targeting Colorado and Federal listed noxious weeds, woody vegetation, and cattails, with specific control rates (e.g., 100% for total vegetation in certain zones, 85% for noxious weeds). Contractors must use EPA-registered chemicals approved in Colorado and adhere to strict safety and environmental standards, including EM 385-1-1 USACE Safety and Health Requirements Manual.
Contract Details
- Contract Type: Firm Fixed Price
- NAICS Code: 561730 (Landscaping Services), Size Standard: $9.5 Million
- Period of Performance: A base year (April 1, 2026 – March 31, 2027) and two one-year option periods.
- Place of Performance: Designated areas within Bear Creek, Chatfield (including Spring Gulch), and Cherry Creek Projects in Colorado.
Submission & Evaluation
- Submission: Offers must be submitted electronically as a single PDF document (not exceeding 25 pages, excluding the price worksheet) to Tina Keimig at tina.l.keimig@usace.army.mil.
- Evaluation Factors: Per FAR 52.212-2, Past Performance, Technical Approach, and Support Equipment and Facilities are significantly more important than Price.
- Past Performance: Requires a minimum of two references for similar projects (pesticide application on public lands, near water, 750+ acres) within the last three years.
- Technical Approach: Quoters must recommend appropriate chemicals and application rates.
- Support Equipment and Facilities: Requires an equipment list and demonstration of capability to meet scope requirements.
- Pricing: Bidders must use the provided BID SHEET to submit prices per acre for all line items, inclusive of all costs (mobilization, labor, fuel, chemicals, etc.).
- Offer Validity: Offers must remain valid for 90 calendar days.
Special Requirements & Notes
- Contractor Qualifications: Must be licensed by the State of Colorado as a commercial applicator, possess general liability insurance with drift/overspray/spill riders, and demonstrate ability to complete large-acreage spraying (750+ acres).
- Wage Determination: Bidders must incorporate the U.S. Department of Labor Wage Determination (No. 2015-5419, Rev. 31) for the Service Contract Act into their proposals.
- Site Visits: Prospective contractors are strongly recommended to conduct site visits. Coordinate with Joseph Maxwell (720-922-3858).
- Questions: All questions must be submitted in writing to Tina Keimig no later than seven calendar days prior to the proposal due date.
- Insurance: Specific minimums are required for Workman’s Compensation, General Liability, Automobile Liability, and Aircraft Liability (if applicable).