Treatment of a noctuid moth species at O’Hare International Airport Chicago, IL
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 Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) has issued a Combined Synopsis/Solicitation for the treatment of an exotic noctuid moth species (genus Helicoverpa) near O'Hare International Airport (ORD) in Chicago, IL. This opportunity aims to prevent the spread of this pest through targeted insecticide application. An amendment has been issued, updating the maximum contract value.
Scope of Work
The contractor will conduct three to four insecticide applications in spring/summer 2026, with potential continuation for up to three years. The scope involves treating 525 to 825 acres within a 2.385-mile radius of ORD, including vacant lots, urban/industrial spaces, and rights-of-way. Applications will be timed based on phenology models and weather.
Key responsibilities include providing all personnel, equipment (ATVs/UTVs, sprayers), supplies, chemicals (chlorantraniliprole and Helicovex NPV), and transportation. Application methods vary by terrain: boom application for flat areas, and walk-along hose/backpack sprayers for sloped/brushy or low-lying areas near waterways. A licensed Commercial Applicator with an Illinois "right-of-way" license must be on-site. The contractor is also responsible for site clean-up, re-entry monitoring, and obtaining necessary permits.
Contract Details
- Type: Firm-fixed-price IDIQ contract.
- Duration: One (1) one-year base period and two (2) one-year ordering periods, not to exceed three (3) years total.
- Estimated Value: Minimum of $20,000 and a maximum of $1.3 million (updated by amendment).
- Set-Aside: None specified; however, various small business provisions are applicable.
- Product Service Code: F105 (Pesticides Support Services).
Submission & Evaluation
Proposals require pricing for all items. Award will be made to the offeror with the highest technically rated quotation that also has fair and reasonable pricing and acceptable or neutral past performance. Tradeoffs will not be conducted. Evaluation factors include technical approach (soundness, compliance, delivery, acreage treatment capabilities), price (including discounts), and past performance. Bidders must provide SAM registration, Illinois pesticide applicator licenses, references, and a detailed treatment plan. A site tour is available for interested bidders.
Key Dates
- Questions Due: March 4, 2026, 1:00 PM EST.
- Response Due: March 20, 2026, 5:00 PM EST.
- Published Date (Amendment): March 17, 2026.
Contact Information
- Primary Contact: Linda W Washington, linda.w.washington@usda.gov, 301-851-2682.