CA-KLAMATH BSN NWRC-LV WRE-PESTICIDE TRE
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 proposals for pesticide treatment services to control invasive weed species on the Langell Valley wetland reserve easement in Klamath Basin, CA. This is a Combined Synopsis/Solicitation for commercial items. The opportunity is set aside for Total Small Businesses. Quotes are due April 29, 2026, at 1700 ET.
Scope of Work
The requirement is for spot treatment application of pesticides on approximately 45 acres within a 1143-acre easement. Target invasive species include Scotch thistle, Musk thistle, Bull thistle, Canada thistle, Pepperweed, and other Klamath County A-C Listed Weeds. Application must use spray equipment suitable for ATV/UTV or tow-behind, with handheld spray wands for specific areas, ensuring no overspray into wetlands. Required pesticides are Aminopyralid (e.g., Milestone Specialty) at 0.11 lb a.e./acre and a "practically non-toxic" surfactant (e.g., Agridex) at 2 pts/ac.
Contractor Qualifications & Reporting
Contractors must possess appropriate licenses and permits for pesticide application in Oregon, have necessary equipment, be able to purchase materials, and provide tracked location information in Arc GIS format. Reporting requirements include GPS data of surveyed areas, chemical quantities applied, and NRCS chemical specification sheets.
Contract Details
This will be a Multiple-Award Blanket Purchase Agreement (BPA) with up to three awardees. The period of performance includes a base year (2026) and two option years (2027, 2028). The annual application window is from April 1st to July 1st. The total estimated cost for the 3-year project is $9,360. Work must commence no later than May 15, 2026, due to the local growing season.
Submission & Evaluation
Offerors must submit a quotation on company letterhead, including unit and total price with markups for each fuel type, their UEI number, and a point of contact (phone and email). Firms must be registered in SAM. Evaluation will use a trade-off method, considering technical capability and past performance equally with price.
- Solicitation Questions Due: April 27, 2026, 1700 ET
- Quotes Due: April 29, 2026, 1700 ET
- Submission Method: Email to kathryn_coltran@fws.gov
Eligibility / Set-Aside
This is a Total Small Business Set-Aside. The applicable NAICS Code is 325320 (Landscaping/Groundskeeping Services) with a small business size standard of 1150 employees.
Additional Notes
This announcement serves as the only solicitation. Payment is contingent upon successful completion and inspection of work, with a two-week delay for effectiveness verification. The FWS reserves the right to discontinue future treatments.