Lower Monumental Dam Goat Grazing
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 US Army Engineer District Walla Walla is soliciting proposals for Goat Grazing Services at the Lower Monumental Dam in Kahlotus, WA. This Total Small Business Set-Aside opportunity aims to remove pest plants by grazing. Proposals are due April 9, 2026, at 10:00 AM local time.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and services necessary for goat grazing to remove visible leafy green vegetation down to a height of 4" or less. Key requirements include:
- Maintaining a shepherd onsite at specified intervals (every 3 hours between 5:00 am and 9:00 pm, every 4 hours between 9:00 pm and 5:00 am).
- Providing suitable fencing, with signage if electrified.
- Ensuring goats are healthy, disease-free, inspected for Caseous Lymphadenitis (CL) prior to shipment and regularly on-site, and vaccinated for CL (if over 3 months old) or from a CL-free herd.
- Work areas include Helicopter Pad (5.0 Acres), South Side (7.00 Acres), and Garden of Eden (0.20 Acres).
Performance Standards
- Vegetation removed to a height of 4" or less.
- Shepherd presence as specified.
- Goats free of active CL symptoms and compliance with vaccination/testing requirements.
Period & Place of Performance
- Period: Anytime between April 21, 2026, and June 30, 2026.
- Place: Lower Monumental Project, Kahlotus, WA, at specific locations identified in Part 3 of the PWS.
Special Requirements
- Contractor must obtain all necessary licenses/permits and comply with applicable laws.
- An onsite Point of Contact (POC) fluent in English is required.
- Compliance with OSHA Standards and Corps of Engineers' Safety and Occupational Health (SOH) Requirements (EM 385-1-1).
- Incident/accident reporting to COR within 30 minutes by phone, followed by a written report within one working day.
- Compliance with security requirements, including training and access control, and E-Verify.
- Proper hygiene and waste disposal practices.
- No government-led site visit will be offered. Primitive no-hook-up camping sites may be available, but contractors may need to provide their own water.
Contract Details
- Type: Solicitation (Firm Fixed Price for all items).
- Product Service Code (PSC): W088 (Lease Or Rental Of Equipment: Live Animals).
- NAICS Code: 112420 (Size Standard: $2,500,000.00).
- Set-Aside: Total Small Business (FAR 19.5).
Submission & Evaluation
- Offer Due Date: April 9, 2026, at 10:00 AM local time.
- Submission Method: Via Bidder Inquiry on ProjNet using Bidder Inquiry Key: DEW9GC-UM9AA8.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
- Basis for Award: A single contract to a responsible offeror meeting or exceeding requirements, representing the best value based on price.
Additional Notes
The solicitation incorporates FAR and DFARS clauses by reference. A Wage Determination from the U.S. Department of Labor is included, establishing minimum wage rates and fringe benefits for services performed in Benton and Franklin Counties, WA.