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 is a Total Small Business Set-Aside for identifying and controlling noxious weeds and vegetation across approximately 805.6 acres at Chatfield, Cherry Creek, and Bear Creek Dams and Spillways. Proposals are due March 27, 2026, at 2:00 PM MT.
Scope of Work
The requirement is for non-personal services to provide chemical weed control, primarily ground spraying, targeting noxious weeds, woody vegetation, and cattails. Specific areas include dam embankments, spillways, outlet works, channels, and administrative/maintenance areas across the three project sites. Performance standards require minimum control rates, generally 100% for total vegetation control in specific zones and 85% for noxious weeds in others. Contractors must determine application schedules based on weed growth, and no specific herbicide products are preferred, but they must be EPA-registered and approved in Colorado.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S208 (Landscaping/Groundskeeping Services)
- Period of Performance: One base year (April 1, 2026 – March 31, 2027) and two option years.
- Solicitation Issue Date: March 13, 2026
- Proposal Due Date: March 27, 2026, 2:00 PM MT
Evaluation & Submission
Award will be based on Best Value Selection, with Past Performance, Technical Approach, and Support Equipment and Facilities being significantly more important than Price. Quoters must provide at least two references for similar projects (750+ acres, public lands, water areas) within the last three years. Proposals must recommend appropriate chemicals and application rates, and include an equipment list. All costs (mobilization, labor, fuel, chemical, etc.) must be inclusive in proposed acre rates. Proposals must be submitted electronically as a single PDF, not exceeding 25 pages (excluding the price worksheet), to Tina Keimig (tina.l.keimig@usace.army.mil). Bidders must acknowledge all amendments and ensure their SAM registration is current.
Special Requirements & Clarifications
Contractors must be licensed Colorado commercial applicators, possess general liability insurance with drift/overspray/spill riders, and adhere to EM 385-1-1 USACE Safety and Health Requirements Manual. A Service Contract Act Wage Determination (No. 2015-5419, Revision No. 31) applies. Digital boundary files are not readily available; onsite clarification with the COR is recommended for exact boundaries. Site visits are strongly recommended and require coordination with Joseph Maxwell (720-922-3858). The previous awardee was Horizon Vegetation Management Inc., but no maximum price or price range will be provided by the government.