Gavins Point Vegetative Spraying
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) Omaha District is soliciting proposals for Vegetative Control Services at the Gavins Point Project in Crofton, NE, and Yankton County, SD. This is a non-personal services contract for chemical pesticide applications to control weeds and other target vegetation. The opportunity is a 100% Total Small Business Set-Aside. Proposals are due April 10, 2026, at 02:00 PM CT.
Scope of Work
The contractor will provide chemical pesticide applications by licensed commercial applicators to control weeds and target vegetation across 21 designated work units at the Gavins Point Project. Services include ensuring a minimum of 95% control of target species without damage to non-target species. The government will not supervise contractor methods. Strict adherence to environmental regulations, proper disposal of chemicals, and prevention of invasive species spread are required. Only EPA-registered, non-restricted-use chemicals listed in the PWS are authorized.
Contract Details & Timeline
- Contract Type: Non-personal services, Firm Fixed-Price.
- Set-Aside: Total Small Business.
- NAICS Code: 561730 (Landscaping Services), size standard $9.5M.
- Product Service Code: S208 (Landscaping/Groundskeeping Services).
- Period of Performance: One base period (Date of Award through April 14, 2027) and four one-year option periods, extending the total performance through April 14, 2031. Active spraying periods are generally April 15 to October 30 annually.
- Solicitation Issue Date: March 25, 2026.
- Proposal Due Date: April 10, 2026, at 02:00 PM CT.
Submission & Evaluation
Offers must be submitted electronically as a single PDF document (not exceeding 25 pages) to Jacqueline Posey (jacqueline.n.posey@usace.army.mil) and Marc Proietto (marc.proietto@usace.army.mil). Offerors must acknowledge Amendment 0001. Evaluation factors include:
- Equipment: Narrative and list of relevant equipment.
- Past Performance: Two written references for similar services within the last three years.
- Price: Inclusive of all potential costs. Offerors must hold prices firm for 90 calendar days.
Special Requirements & Notes
- Amendment 0001: Incorporates "ANTI-TERRORISM / OPERATIONAL SECURITY" language, requiring compliance with security requirements, mandatory training, and adherence to FPCON/HPCON measures. This amendment must be acknowledged and submitted with an offer.
- Wage Determinations: Bidders must comply with Wage Determination 2015-5361 (Cedar Co, NE) and 2015-5375 (Yankton Co, SD) for minimum wage rates and fringe benefits.
- Site Visit: No formal site visit is scheduled; however, offerors are invited to arrange their own inspection.
- Insurance: Specific General Liability, Automobile Liability, and Aircraft Liability coverages are required.
- Questions: Must be submitted in writing to Jacqueline Posey no later than seven calendar days prior to the due date.