WOLFHOLE LAKE LRP-S. SEEDING APPLICATION
ID: 140L6425Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTARIZONA STATE OFFICEPHOENIX, AZ, 85004, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- RANGE SEEDING (GROUND EQUIPMENT) (F007)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking qualified small businesses to participate in the Wolfhole Lake Landscape Restoration Project, specifically for a seeding application across 273 acres of BLM-administered lands in Mohave County, Arizona. The objective of this procurement is to enhance vegetative species diversity by seeding native plants, which will improve wildlife habitat and rangeland health prior to planned mastication work over a larger area. This initiative is crucial for restoring ecosystems and managing invasive species, thereby promoting environmental conservation. Interested contractors must submit their proposals, including pricing details, by May 19, 2025, with the performance period set from August 1 to September 1, 2025. For further inquiries, potential bidders can contact Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766.

    Point(s) of Contact
    Files
    Title
    Posted
    The Wolfhole Lake Landscape Restoration Project focuses on seeding 273 acres of Bureau of Land Management (BLM) lands in Mohave County, Arizona, prior to conducting mastication work over 1,429 acres. This project aims to enhance vegetative diversity and wildlife habitat by introducing native species into areas overrun by invasive trees. The contractor is tasked with supplying equipment, labor, and materials, while the BLM will provide seed at a designated facility. Operations must follow strict protocols, including seeding without ground disturbance and adhering to an application rate of 13.3 lbs per acre. The project will be monitored for uniformity in seed distribution, with any deficiencies necessitating remedial action without incurring extra costs for the government. The project spans from August 1 to September 1, 2025, requiring close coordination with a mowing contract. Key requirements include ensuring safety, managing environmental hazards, and maintaining compliance with federal, state, and local regulations. The contractor must maintain communication with the BLM for inspections, and final acceptance of the contract will depend on meeting all specified deliverables, including GIS-compatible project logs. This initiative underscores a commitment to restoring and maintaining healthy ecosystems on federal lands.
    The document outlines the Wolfhole Lake South Unit project managed by the Bureau of Land Management (BLM) in the Arizona Strip District. This initiative includes mastication and seeding treatments over a total area of approximately 1730 acres, with 1458 acres designated for mastication covering both early and mid-seral stages and around 272 acres for seeding. The project aims to restore vegetation health and ecosystems within the area. The map included in the document illustrates the project layout, demonstrating the various treatment areas and surrounding landmarks with specific references to geographical coordinates. The document serves as a representation and is intended for internal use by the BLM, emphasizing the ongoing commitment to land management and ecological restoration. Notably, it includes a disclaimer regarding the accuracy of the map data to underscore its non-binding nature.
    The document outlines a request for proposals (RFP) aimed at acquiring services through federal and state grants. Its primary focus is on establishing a framework for eligible bidders, providing guidelines for submission, and delineating evaluation criteria. Key ideas include articulating funding priorities, which are essential for promoting governmental initiatives and addressing community needs through selected projects. The structure of the document includes sections on eligibility requirements, timelines for proposal submission, and details on funding allocation processes. Emphasis is placed on compliance with federal and state regulations, ensuring that applicants are aware of all necessary qualifications and documentation expected in the bidding process. Overall, this RFP seeks to enhance community engagement and support through strategic government funding, inviting diverse bidders to contribute innovative solutions to address pressing issues within their localities. The analysis emphasizes the need for clear communication and the importance of transparency in the proposal process to foster competitive bidding while ensuring the responsible utilization of public funds.
    The document pertains to Amendment #1 of a solicitation for the seeding of 273 acres within the Wolfhole Lake Landscape Restoration Project. This amendment extends the deadline for offer submissions from May 5, 2025, to May 12, 2025. It includes previously omitted documents relevant to the project, specifically the Statement of Work and operational maps. The amendment emphasizes the importance of acknowledging receipt by specified methods to avoid rejection of offers. It also outlines the requirement for contractor acknowledgment of any changes and stipulates that existing contract terms remain unchanged. This solicitation aims to enhance ecological restoration, highlighting the government's commitment to environmental conservation through planned landscape management activities.
    The government file details an amendment to a solicitation for a project requiring the seeding of 273 acres in the Wolfhole South unit, part of the Wolfhole Lake Landscape Restoration Project. This is Amendment #2, which extends the deadline for submissions from May 12, 2025, to May 19, 2025. The document outlines that offers must acknowledge receipt of this amendment to be considered valid, and changes to previous offers can be submitted via electronic communication. The point of contact is buyer Cynthia Markum, with a performance period set from August 1, 2025, to September 1, 2025. The document establishes that all other terms and conditions from the original solicitation remain unchanged. Through this amendment process, the government aims to ensure transparency and fairness in the solicitation process while allowing more time for contractors to respond adequately to the request for proposals.
    This government document is an amendment (Amendment #3) to the solicitation numbered 140L6425Q0012 concerning the seeding of 273 acres within the Wolfhole Lake Landscape Restoration Project. The amendment revises the point of contact to Rachel Henriques, and extends the solicitation deadline from May 12, 2025, to May 19, 2025. The document outlines necessary instructions for contractors, including how to acknowledge receipt of the amendment and the implications of failing to do so in a timely manner. The period of performance for the project is specified from August 1, 2025, to September 1, 2025. The amendment emphasizes adherence to solicitation requirements, including modification processes and communication protocols for questions or proposals. Overall, this document ensures all parties are updated on critical changes and timelines related to the project request.
    The document is a Request for Quotation (RFQ), numbered 140L6425Q0012, issued by the Bureau of Land Management (BLM) for a seeding application project in the Wolfhole Lake Landscape Restoration area. The objective is to restore 273 acres of BLM-administered lands by enhancing vegetative species diversity through the seeding of native plants, which will improve wildlife habitat and rangeland health prior to planned mastication work. This RFQ is a combined synopsis/solicitation, stating that it is a 100% small business set-aside, with the purchaser adhering to the pricing and technical specifications detailed in the document. Quotes are due by May 5, 2025. Interested contractors must submit complete proposals via email, including pricing details per acre and required certifications. The evaluation will select the lowest price offer meeting all technical requirements, emphasizing compliance with relevant federal acquisition regulations. The document outlines that the award is contingent upon the availability of funds and the importance of adherence to various regulatory requirements, including compliance with environmental laws and small business participation requirements. Overall, this solicitation aims to engage qualified small businesses in a critical environmental restoration initiative.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    Dutton Hill G-Z Stewardship IRSC - R3 Coconino National Forest, Flagstaff Ranger District, Arizona
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service, is soliciting proposals for the Dutton Hill G-Z Stewardship Integrated Resource Service Contract (IRSC) within the Coconino National Forest, located in Flagstaff, Arizona. This project aims to enhance forest health and reduce wildfire risks across approximately 8,829 acres through mechanical and hand thinning, while also providing timber products to local industries. The contract will encompass mandatory and optional work activities in three treatment areas: Double Springs, Dutton Hill, and LO Pocket, with a firm, fixed-price structure and a performance period extending until November 30, 2029. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 14, 2026, with further inquiries directed to Joshua Bahling at joshua.bahling@usda.gov or Jacob Dahlin at jacob.dahlin@usda.gov.