TRI-LAKES PROJECT WEED CONTROL
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 Tri-Lakes Project Weed Control services in Colorado. This opportunity, designated as a Total Small Business Set-Aside, requires contractors to provide noxious weed control at the Chatfield, Cherry Creek, and Bear Creek Dams. Proposals are due by March 27, 2026, at 2:00 PM MT.
Scope of Work
The contractor will provide non-personal services for identifying and controlling noxious weeds using chemical methods across approximately 805.6 acres at the Tri-Lakes Project sites. This includes dam embankments, spillways, outlet works, channels, and administrative/maintenance areas. Target species include Colorado and Federal listed noxious weeds, woody vegetation, and cattails, with performance standards generally requiring 85-100% control. Application will primarily involve ground spraying, and a biodegradable marker dye must be used. Contractors are responsible for determining the application schedule based on weed growth conditions.
Contract Details
- Solicitation Number: W9128F26QA022
- Contract Type: Firm Fixed Price
- NAICS Code: 561730 (Landscaping Services), with a size standard of $9,500,000.00
- Period of Performance: A base year (April 1, 2026 – March 31, 2027) and two one-year option periods.
- Place of Performance: Tri-Lakes Project, CO (Chatfield Dam, Cherry Creek Dam, Bear Creek Dam).
- Wage Determination: U.S. Department of Labor Wage Determination No. 2015-5419, Revision No. 31, for Colorado counties applies. Bidders must incorporate minimum hourly wages and fringe benefits into their proposals.
Evaluation Factors
Award will be based on a Best Value Selection, with Past Performance, Technical Approach, and Support Equipment and Facilities being significantly more important than Price. Key evaluation criteria include:
- Past Performance: Minimum of two references for similar projects within the last three years, demonstrating experience with large-acreage spraying (750+ acres) on public lands and near water supply/irrigation reservoirs.
- Technical Approach: Quoters must recommend appropriate chemicals and application rates for specific sites.
- Support Equipment and Facilities: Demonstration of ability to meet scope requirements, including equipment list, mixing water capability, and adequate personnel.
Submission Requirements
Offers must be submitted electronically as a single PDF document, not exceeding 25 pages (excluding the price worksheet), to Tina Keimig (tina.l.keimig@usace.army.mil). Proposals must include company information, technical, past performance, and price factor details, and a statement of agreement with all terms. Offers must remain valid for 90 calendar days. Questions must be submitted in writing to Tina Keimig no later than seven calendar days prior to the proposal due date. Site visits are strongly recommended and can be coordinated with Joseph Maxwell (720-922-3858).
Key Clarifications
No specific herbicide products are preferred; products must be used according to manufacturer instructions. Digital boundary files are not readily available, and exact boundaries should be clarified onsite. The government will not provide a maximum price or price range, encouraging bidders to develop their bid based on the Scope of Work and their own cost structure. The previous awardee was Horizon Vegetation Management Inc.