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, has issued a Solicitation (W9128F26QA022) for Weed Control Services at the Tri-Lakes Project Office in Littleton, Colorado. This Total Small Business Set-Aside opportunity requires non-personal services for noxious weed control across approximately 805.6 acres at Chatfield, Cherry Creek, and Bear Creek Dams and Spillways. Proposals are due March 27, 2026, at 2:00 PM MT.
Scope of Work
The contractor will provide chemical control of noxious weeds, woody vegetation, and cattails on USACE lands. Services include ground spraying using various equipment (4-wheel drive vehicles, ATVs, backpack units), spot treatments, and solid coverage, with minimal damage to non-target vegetation. Performance standards require 100% control for total vegetation in specific zones and 85-100% for noxious weeds and woody vegetation in other areas. The contractor must implement a written quality control program and submit daily pesticide application records.
Contract Details
- Solicitation Number: W9128F26QA022
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561730 (Landscaping Services)
- Size Standard: $9.5 Million
- Period of Performance: A base year (April 1, 2026 - March 31, 2027) and two option years, totaling three years.
- Place of Performance: Designated areas within Bear Creek, Chatfield (including Spring Gulch), and Cherry Creek Projects in Littleton, CO.
- Response Due Date: March 27, 2026, at 2:00 PM MT
- Primary Contact: Tina L. Keimig, tina.l.keimig@usace.army.mil
Evaluation Factors
Award will be based on a Best Value Selection, with Past Performance, Technical Approach, and Support Equipment and Facilities significantly more important than Price.
- Past Performance: Quoters must provide at least two references from the last three years for similar projects involving pesticide application on public lands, around water, and covering 750+ acres.
- Technical Approach: Requires recommendations for appropriate chemicals and application rates, responding to Technical Exhibit 4.
- Support Equipment & Facilities: Demonstration of ability to meet scope requirements, including an equipment list, mixing water capability, and adequate personnel.
- Price: Proposed acre rates must be all-inclusive. Price will serve as a tie-breaker if evaluation scores are equal.
Submission Requirements
Proposals must be submitted electronically as a single PDF document, not exceeding 25 pages (excluding the price worksheet), to Tina L. Keimig at tina.l.keimig@usace.army.mil. Offers must remain valid for 90 calendar days. All questions must be submitted in writing to the primary contact no later than seven calendar days prior to the proposal due date. Bidders must complete the provided BID SHEET with prices for all line items.
Special Requirements
Contractors must be licensed by the State of Colorado as commercial applicators, possess general liability insurance with drift/overspray/spill riders, and demonstrate experience with large-acreage spraying (750+ acres). Adherence to EM 385-1-1 USACE Safety and Health Requirements Manual is mandatory. Bidders must comply with the Service Contract Act Wage Determination (No. 2015-5419, Rev 31) for Colorado counties. Site visits are strongly recommended and require coordination with Joseph Maxwell (720-922-3858).