Weed Control Services ORD MDW DPA
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 Federal Aviation Administration (FAA) is soliciting offers for Weed Control Services at its O'Hare, Midway, and DuPage Area Facilities in Chicago, IL. This is a Firm Fixed-Price (FFP) procurement set aside for Total Small Business. The solicitation number is 697DCK-26-R-00130.
Scope of Work
The contractor will provide all labor, materials, equipment, and supervision for "bare ground weed control" and rights-of-way spraying services, primarily during April and May. This includes controlling invasive and noxious weeds (e.g., Marihuana, Giant Ragweed, Canada Thistle) using environmentally preferable and Bio Preferred products. Services must comply with FAA SOWs, DOL Wage Determinations, and Illinois State/local laws for herbicide applicators. Work involves hand grubbing/pulling, developing a work plan, and coordinating facility access with the COR.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: A base year from April 1, 2026, to September 30, 2026, followed by four 6-month option years, extending through September 30, 2030.
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS Code: 561210, Facility Support Services
- Place of Performance: Various FAA facilities within the Midway, O'Hare, and DuPage areas in Chicago, IL.
Submission & Evaluation
- Questions Due: February 25, 2026, at 5:00 PM CT. Email to alicia.prince@faa.gov, referencing Solicitation # 697DCK-26-R-00130.
- Proposals Due: March 11, 2026, at 5:00 PM CT. Submit via email to alicia.m.grant@faa.gov. Late submissions may not be considered.
- Evaluation Criteria: Award will be made to the lowest-priced, technically acceptable offer. Key factors include:
- Past Experience: Minimum of three weed control contracts of similar size/scope (valued at $75,000 or higher) within the last five years.
- Past Performance: Based on customer satisfaction surveys (Attachment J-4), which must be completed by previous clients and emailed directly to the Contracting Officer.
- Requirements: Offerors must provide pricing for the base period and all option years. All amendments must be signed and submitted with the offer.
Key Attachments
- Attachment J-1: Statement of Work (SOW)
- Attachment J-2: Square Footage for ORD MDW DPA Weed Control (details areas to be serviced)
- Attachment J-3: Wage Determination (DOL minimum wage rates and fringe benefits)
- Attachment J-4: Customer Satisfaction Survey (for past performance evaluation)
- Attachment J-5: Contractor Staffing Questionnaire (for access and badging requirements)