WA-RIDGEFIELD NWR-AERIAL HERBICIDE
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. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting quotes for Aerial Herbicide Application services at the Ridgefield National Wildlife Refuge in Ridgefield, WA. This is a Combined Synopsis/Solicitation for commercial items, designated as a Total Small Business Set-Aside. The primary goal is to control invasive ricefield bulrush and reed canarygrass. Quotes are due by April 6, 2026, at 5:00 PM ET.
Scope of Work
The contractor will be responsible for the aerial application of chemical herbicides to control target invasive species across approximately 150 acres. Key requirements include:
- Application of glyphosate (Rodeo or equivalent) at 1.5-2.3 quarts/acre and surfactant L1700 (or equivalent) at 3.2 ounces/acre.
- Achieving at least 90% coverage, with 90% of live stems yellowing within 2-3 weeks post-application.
- Minimizing impacts to non-target species, with strict adherence to wind speed and rain forecast restrictions for broadcast spraying.
- Providing all necessary equipment, labor, and materials, while the Refuge will supply the herbicide and surfactant.
Contract & Timeline
- Type: Firm-Fixed-Price Contract
- Period of Performance: June 1, 2026, to July 31, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Quotes Due: April 6, 2026, at 5:00 PM ET
- Solicitation Questions Due: April 2, 2026, at 5:00 PM ET
- Published Date: March 20, 2026
Submission & Evaluation
Quotes must be submitted on company letterhead, including the Unique Entity Identifier (UEI) number and point of contact information. Offerors holding a GSA contract should provide the contract number. A completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with applicable sections, is required. Award will be made to the responsible source proposing the best value product. Offerors must be registered in the System for Award Management (SAM).
Additional Notes
The NAICS code for this opportunity is 325320 (Pesticide and Other Agricultural Chemical Manufacturing). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-04. Electronic invoicing and payment will be processed through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).