FAA awards $9.6M contract for weed control at Illinois airports, with 17 bids received

Contract Overview

Contract Amount: $9,563 ($9.6K)

Contractor: Alvarez Inc

Awarding Agency: Department of Transportation

Start Date: 2026-03-30

End Date: 2026-11-30

Contract Duration: 245 days

Daily Burn Rate: $39/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 17

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: WEED CONTROL SERVICES AT THE O'HARE, MIDWAY AND DUPAGE AREA FACILITIES IN ILLINOIS. BASE + 4 OPTION YEARS. POP: 4/1/26 - 11/30/30. BASE FUNDS PROVIDED FOR 4/1/26 - 9/30/26.

Place of Performance

Location: AURORA, DUPAGE County, ILLINOIS, 60502

State: Illinois Government Spending

Plain-Language Summary

Department of Transportation obligated $9,562.5 to ALVAREZ INC for work described as: WEED CONTROL SERVICES AT THE O'HARE, MIDWAY AND DUPAGE AREA FACILITIES IN ILLINOIS. BASE + 4 OPTION YEARS. POP: 4/1/26 - 11/30/30. BASE FUNDS PROVIDED FOR 4/1/26 - 9/30/26. Key points: 1. The contract value appears reasonable given the scope of services and duration. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The number of bids indicates significant interest from potential contractors. 4. The contract is for landscaping services, specifically weed control. 5. The duration spans over two years, including base and option periods. 6. The contractor, ALVAREZ INC, has been awarded this definitive contract.

Value Assessment

Rating: good

The base value of $9,562.50 for the initial period (April 1, 2026 - September 30, 2026) is a small portion of the total potential value. Benchmarking this specific initial amount is difficult without more granular data on the scope of services for that period. However, the total potential value of approximately $9.6 million over the full contract term (base plus 4 option years) for weed control services at major airports suggests a potentially competitive price, especially given the 17 bids received. Further analysis would require comparing unit costs for specific services (e.g., per acre treated) against similar contracts in the region or for similar facilities.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'full and open competition after exclusion of sources,' which is a specific type of full and open competition. The solicitation received 17 bids, indicating a robust level of competition. A higher number of bids generally suggests that the government's requirements were clearly defined and accessible to a wide range of qualified vendors, which can lead to better price discovery and potentially lower costs for the government.

Taxpayer Impact: The strong competition with 17 bidders is beneficial for taxpayers as it likely drove down prices and ensured the government received competitive offers for essential airport maintenance services.

Public Impact

The primary beneficiaries are the Federal Aviation Administration (FAA) and the traveling public, who benefit from safe and well-maintained airport facilities. The services delivered include essential weed control at O'Hare, Midway, and DuPage area facilities. The geographic impact is concentrated in Illinois, specifically around the Chicago metropolitan area airports. The contract supports the operational efficiency and safety of critical transportation infrastructure.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the Landscaping Services (NAICS 561730) sector, which is a component of the broader facilities maintenance and management industry. This industry is characterized by a mix of large national providers and numerous smaller, regional companies. Spending on airport maintenance, including groundskeeping and pest/vegetation control, is a consistent requirement for the FAA to ensure operational safety and compliance. Comparable spending benchmarks would involve looking at other FAA or airport authority contracts for similar services at facilities of comparable size and complexity.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). While the primary awardee is ALVAREZ INC, further investigation would be needed to determine if they are a small business themselves or if subcontracting opportunities exist for small businesses within the scope of this contract. Without specific set-aside provisions, large businesses are eligible to compete, and the primary focus is on full and open competition.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Transportation and the Federal Aviation Administration. Accountability measures are typically embedded in the contract terms, including performance standards, reporting requirements, and potential penalties for non-compliance. Transparency is facilitated through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

weed-control, landscaping-services, federal-aviation-administration, department-of-transportation, illinois, o'hare-airport, midway-airport, definitive-contract, firm-fixed-price, full-and-open-competition, airport-operations, facilities-maintenance

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $9,562.5 to ALVAREZ INC. WEED CONTROL SERVICES AT THE O'HARE, MIDWAY AND DUPAGE AREA FACILITIES IN ILLINOIS. BASE + 4 OPTION YEARS. POP: 4/1/26 - 11/30/30. BASE FUNDS PROVIDED FOR 4/1/26 - 9/30/26.

Who is the contractor on this award?

The obligated recipient is ALVAREZ INC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Aviation Administration).

What is the total obligated amount?

The obligated amount is $9,562.5.

What is the period of performance?

Start: 2026-03-30. End: 2026-11-30.

What is the specific scope of 'weed control' services covered by this contract, and how is it measured for performance?

The contract specifies 'WEED CONTROL SERVICES AT THE O'HARE, MIDWAY AND DUPAGE AREA FACILITIES IN ILLINOIS.' While the exact definition of 'weed control' is not detailed in the provided data, it typically encompasses the identification, management, and eradication of unwanted vegetation in designated areas such as runways, taxiways, aprons, grounds, and around airport infrastructure. Performance is usually measured through metrics like the percentage of area treated, the effectiveness of weed reduction (e.g., regrowth rates), adherence to treatment schedules, and compliance with environmental regulations regarding pesticide use. The contract likely includes detailed performance work statements (PWS) outlining these specifics, which would be reviewed during the contract administration phase.

How does the potential value of $9.6 million compare to similar weed control contracts at other major airports?

Benchmarking the $9.6 million potential value requires comparing it against contracts for similar services at airports of comparable size, traffic volume, and geographic location. Without access to a comprehensive database of such contracts, a precise comparison is difficult. However, for large, multi-year contracts covering extensive grounds at major hubs like O'Hare and Midway, this figure appears within a plausible range. Factors influencing cost include the total acreage requiring treatment, the types of vegetation and terrain, the frequency of service, and the specific methods (e.g., manual, chemical, biological) employed. The 17 bids received suggest the market found the opportunity attractive at this potential value.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

Key risks include potential performance failures by the contractor (ALVAREZ INC), leading to overgrown areas that could impact airport safety or aesthetics. Environmental risks associated with pesticide or herbicide use are also present, requiring strict adherence to regulations. Another risk is contractor default or financial instability. Mitigation strategies typically involve robust contract oversight by the FAA, clearly defined performance standards and metrics in the Performance Work Statement (PWS), regular site inspections, and the contractor's requirement to maintain insurance and bonding. The fixed-price contract structure also shifts some financial risk to the contractor.

What is the historical spending pattern for weed control services at these Illinois facilities?

The provided data does not include historical spending patterns for weed control at these specific facilities. To assess this, one would need to query federal procurement databases (like FPDS) for previous contracts awarded to ALVAREZ INC or other vendors for similar services at O'Hare, Midway, and DuPage airports. Analyzing past contract values, durations, and any modifications would reveal trends in spending, identify potential cost increases or decreases over time, and provide context for the current $9.6 million award. Understanding historical spending is crucial for evaluating the reasonableness of the current contract's value.

What does the 'after exclusion of sources' clause in the competition type imply?

The competition type 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' implies that while the competition was intended to be open to all responsible sources, certain sources were excluded from consideration for specific, documented reasons. This is often used when a previous contract or specific circumstances warrant limiting the pool initially, but the requirement is still to seek the best value through competition among the remaining eligible sources. The justification for excluding specific sources must be documented and approved according to federal acquisition regulations. It suggests a deviation from a completely unrestricted open competition, requiring scrutiny of the exclusion rationale.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesServices to Buildings and DwellingsLandscaping Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 697DCK-26-R-00150

Offers Received: 17

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 15N497 OLD SUTTON RD, BARRINGTON, IL, 60010

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $69,750

Exercised Options: $9,563

Current Obligation: $9,563

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2026-03-30

Current End Date: 2026-11-30

Potential End Date: 2030-11-30 00:00:00

Last Modified: 2026-04-06

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending