F--Lost River Noxious Weed Abatement
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 Bureau of Reclamation, MP-REGIONAL OFFICE is soliciting proposals for Noxious Weed Abatement Services on Federal lands and rights-of-way within the Klamath Project, Oregon. This procurement aims to prevent and reduce the economic, environmental, and social impacts of noxious weeds along the Lost River, Miller Creek, and Wilson Reservoir. The contract will be a Firm-Fixed Price Purchase Order awarded as a 100% Small Business Set-Aside. Quotes are due Tuesday, February 24, 2026, at 10:00 AM PT.
Scope of Work
The contractor will provide comprehensive and maintenance herbicide application services across an estimated 423 acres. This includes approximately 28.2 river miles along the Lost River and Miller Creek, and 8.8 miles of shoreline (110 acres) at Wilson Reservoir in Klamath County. Services involve controlling specific noxious weeds identified by Klamath County, with a focus on optimal timing for herbicide application.
Key Requirements
Bidders must demonstrate direct experience in herbicide application for large areas (>300 acres) within riparian zones and sensitive areas, specifically within the Lost River and Miller Creek regions. Required personnel must hold valid Oregon Department of Agriculture licenses in Regulatory Weed Control, Right-of-Way, AND Aquatic categories, maintaining a specific ratio of licensed applicators to apprentices. Services include using a blue spray indicator dye, developing a Work Plan, and providing detailed deliverables such as daily application logs, annual reports, and geo-tagged photo documentation. Compliance with environmental regulations (ESA, NEPA, Clean Water Act) and OSHA standards is mandatory. Access to some treatment areas may be difficult, requiring coordination for private land access; the government may provide airboat support for Wilson Reservoir.
Contract Details
This is a Firm-Fixed Price Purchase Order with a base period from March 1, 2026, to February 28, 2027, and four (4) one-year option periods, extending the potential performance through February 28, 2031. The NAICS code is 561730 (Pesticides Support Services) with a $9.5 Million size standard. Wage Determination 2015-5581 for Klamath and Lake Counties, Oregon, applies.
Submission & Evaluation
Quotes must be submitted via email to Margaret Jones (margaretjones@usbr.gov) by Tuesday, February 24, 2026, at 10:00 AM PT. Required submission documents include completed business information and price schedule pages, a Technical Proposal (covering Licensing/Staff Qualifications, Technical Approach, Reporting/Documentation Capability, and Environmental/Safety Compliance), and a Capabilities Statement/Experience. Evaluation will be a comparative process (FAR Part 13), considering Technical factors (including Past Performance) and Price, with award made to the offer most advantageous to the Government. Offerors must be registered in SAM.gov.
Additional Notes
This announcement constitutes the only solicitation; a separate written solicitation will not be issued.