F--Herbicide Spraying EFH ACE Basin NWR, SC
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
This is an Award Notice for Herbicide Spraying services at the Ernest F. Hollings ACE Basin National Wildlife Refuge (NWR), SC. The U.S. Fish and Wildlife Service sought contractors for aerial herbicide application to manage invasive species and improve wildlife habitat. The original solicitation was a Total Small Business Set-Aside.
Purpose & Scope of Work
The objective of this effort is to reduce overall fuel loads by 95%, replace 95% of non-native invasive vegetation with desirable vegetation, and improve the control and efficacy of future prescribed burns. This aims to minimize wildfire hazards, create optimum wildlife habitat, and enhance visitor wildlife viewing opportunities. The scope involved aerial herbicide application on approximately 230 acres within the ACE Basin NWR, targeting invasive species such as cattail, cutgrass, water hyacinth, and Chinese tallow tree. Approved herbicides included Clearcast (imazamox), Habitat (imazapyr), and RoundUp Custom (glyphosate). Areas with desirable live oak and native hardwood hammocks were excluded.
Contract Details
The contract type was anticipated to be Firm Fixed Price. The period of performance for the services is June 1, 2026, through September 30, 2026. This acquisition was designated as a Total Small Business Set-Aside under NAICS code 115310 (Pesticides Support Services) with a size standard of $11.5 million.
Original Solicitation & Evaluation
The solicitation was issued on March 12, 2026, with offers due by March 24, 2026, at 1400 local time. Evaluation was based on best value, with technical and past performance considered more important than price.
Key Requirements from Original Solicitation
- Past Performance: Bidders were required to complete a mandatory questionnaire detailing company experience, personnel, and past performance, including references for up to three similar contracts within the past three years.
- Pricing: Proposals needed to utilize a provided Quote Schedule, specifying a unit price per acre for 230 acres, inclusive of all herbicides, supplies, and materials.
- Wage Determination: Compliance with the U.S. Department of Labor's Service Contract Act Wage Determination (2015-4427, Revision No. 32 for Berkeley, Charleston, Dorchester counties, SC) was mandatory for labor costs, including minimum wages and fringe benefits.
- Special Requirements: Contractors needed to be fully licensed, bonded, and insured in South Carolina, responsible for equipment and herbicide transport, and ensure applicators had appropriate Personal Protective Equipment. Operations were required to follow South Carolina's Best Management Practices for Forestry and comply with all applicable federal, state, and local regulations.
Contact Information
For inquiries regarding the original solicitation, the primary point of contact was Fred Riley at fred_riley@ios.doi.gov or 413-253-8738.