AERIAL HERBICIDE APPLICATION
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) Vicksburg District is conducting a Sources Sought / Request for Information (RFI) to identify qualified businesses for Aerial Herbicide Application services. This market research aims to gather capability statements for woody aquatic vegetation management at Arkabutla Lake Project, Coldwater, MS. Responses are due by May 22, 2026, at 4:30 p.m. CT.
Purpose & Scope
This Sources Sought is for planning purposes only and is not a solicitation. The USACE Vicksburg District seeks to identify contractors capable of performing aerial application of herbicides for woody aquatic vegetation management on approximately 6,518 acres at Arkabutla Lake. Target vegetation includes Water Elm, Button Bush, and Black Willow. The work involves broadcasting specific herbicide mixes (e.g., Roundup Custom, 4 Pound Arsenal, Aquatic surfactant) using aerial spray equipment, adhering to all local, state, and federal laws. Performance is desired in July/August 2026, with the application period between June 1 and September 15, 2026. Contractors must possess a valid commercial herbicide applicator's license in Mississippi and submit Material Safety Data Sheets (MSDS) for all herbicides.
Submission Requirements
Interested firms must submit a Capability Statement demonstrating existing expertise and experience. Submissions should include:
- Company name, address, Point of Contact (POC), phone number, email address, CAGE Code, and Unique Entity Identifier (UEI).
- Indication of large or small business status under NAICS 115112.
- Evidence of capabilities from three recent projects (not more than five years old), including contract number, project name, key features, completion date, total contract value, company's involvement, and a POC for validation.
- A description of the company's experience with Government contracts. A "Sources Sought Response Template.pdf" is provided to guide submissions. The prime contractor is expected to perform at least 50% of the contract work with their own employees (FAR 52.219-14).
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 115112, Soil Preparation, Planting, and Cultivating (Small Business Size Standard: $9.5 million)
- Product/Service Code: F001, Aerial Fertilization/Spraying Services
- Anticipated Contract Type: Firm Fixed Price (FFP)
- Response Due: May 22, 2026, 4:30 p.m. Central Time
- Published Date: May 14, 2026
Additional Notes
This is for market research only and does not obligate the Government to any contract award. Electronic submissions are preferred and should be emailed to Judy Huell (Judy.M.Huell@usace.army.mil) and Dustin G. Cannada (Dustin.G.Cannada@usace.army.mil). Phone calls will not be accepted. Respondents will not be notified of the Sources Sought results.