WIP MAGNACIDE H FY2025
ID: 140A1225Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNORTHWEST REGIONPORTLAND, OR, 97232, USA

NAICS

Pesticide and Other Agricultural Chemical Manufacturing (325320)

PSC

PEST CONTROL AGENTS AND DISINFECTANTS (6840)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 10:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for the procurement of 37,975 pounds of Magnacide H herbicide for the Wapato Irrigation Project in Washington. This requirement is critical for controlling vegetation in irrigation canals, as Magnacide H is the only approved aquatic herbicide under state regulations, ensuring the maintenance of water flow and preventing disruptions during the irrigation season. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm-Fixed-Price Purchase Order, with delivery expected within 90 days after award. Interested vendors should contact Brock Bell at brock.bell@bia.gov for further details and to ensure compliance with all necessary regulations and standards.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 9:05 PM UTC
The justification document outlines the need for the purchase of 37,975 pounds of Magnacide H herbicide for the Wapato Irrigation Project, managed by the Bureau of Indian Affairs (BIA). Due to state regulations, Magnacide H is the only approved aquatic herbicide for controlling vegetation in irrigation canals in Washington, making it essential for maintaining water flow and preventing irrigation disruptions. The acquisition requires other than full and open competition based on the unique regulatory environment and the Yakama Nation's restrictions on herbicide use within its reservation. Market research confirms no alternative products are allowed, indicating a lack of competition in this specific procurement. The contracting officer has determined that the anticipated costs are fair and reasonable, and all necessary notices will be publicly posted to comply with federal acquisition regulations. The urgency of the requirement reflects the impending irrigation season, highlighting the critical nature of timely application to avoid significant legal repercussions for delays.
Mar 24, 2025, 9:05 PM UTC
This document outlines a Request for Proposal (RFP) for the procurement of aquatic herbicides required by the Bureau of Indian Affairs (BIA) for the Wapato Irrigation Project in Washington. The solicitation is a combined synopsis prepared under Federal Acquisition Regulation (FAR) Subpart 12.6 and is set aside entirely for small businesses, adhering to the NAICS code 325320 for pesticide and agricultural chemical manufacturing. The government anticipates awarding a Firm-Fixed-Price Purchase Order with an expected delivery date within 90 days after award. Key requirements include the provision of Magnacide H and associated freight services, with detailed instructions on invoicing and payment via the U.S. Department of the Treasury's Invoice Processing Platform (IPP). The document includes compliance clauses regarding business ethics, labor standards, and reporting. It stresses the necessity for contractors to maintain good standing and to adhere to government standards for performance evaluations, ensuring all delivered materials meet regulatory and safety standards. This RFP exemplifies the government's commitment to working with small businesses while ensuring compliance and quality in environmental management efforts.
Lifecycle
Title
Type
WIP MAGNACIDE H FY2025
Currently viewing
Solicitation
Similar Opportunities
LANDSCAPE CHEMICALS
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Grand Coulee Power Office, is soliciting proposals for the procurement of landscape chemicals, including herbicides and additives, under a Request for Proposal (RFP) aimed at Indian Small Business Economic Enterprises (ISBEE). The procurement includes specific requirements for various herbicides, surfactants, and dyes, with detailed specifications regarding quantities and manufacturing standards. These chemicals are essential for landscape management and environmental maintenance within federal projects. Interested vendors must comply with federal acquisition regulations and submit necessary documentation, including manufacturer data sheets and warranties, with a focus on supporting small, service-disabled veteran-owned, and economically disadvantaged businesses. For further inquiries, potential bidders can contact Donald Richer at dricher@usbr.gov.
317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the procurement of two CAT317 hydraulic excavators for the Flathead Indian Irrigation Project, with this opportunity set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to enhance operational efficiency by acquiring heavy construction equipment that aligns with existing machinery, ensuring that operators and mechanics are familiar with its usage and maintenance. Proposals must be submitted by March 13, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested vendors can contact Brock Bell at brock.bell@bia.gov for further information.
2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking a contractor to provide herbicide application services for the 2025 Big Desert Fuel Break project, covering approximately 2,516 acres in Idaho. The objective of this procurement is to reduce fuel loads and modify vegetation composition along designated roadside areas, with operations scheduled to commence on June 1, 2025, and to be completed within ten days, weather permitting. This initiative is crucial for enhancing fire management strategies and mitigating wildfire risks in the region, reflecting the government's commitment to environmental management and land preservation. Interested contractors must submit their bids by April 28, 2025, at 5 PM Eastern, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further information.
F--Pocatello Field Office Herbicide Application
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors to provide herbicide application services aimed at controlling noxious weeds across approximately 1,000 acres in the Pocatello Field Office, Idaho. The project requires contractors to furnish all necessary personnel, equipment, and materials to effectively reduce invasive plant species, with a focus on specific areas based on the life cycles of the targeted weeds. This initiative is critical for promoting sustainable land management and environmental stewardship, ensuring compliance with EPA and state regulations throughout the application process. Interested parties must submit electronic quotes by April 14, 2025, at 5:00 PM Mountain Time, and can direct inquiries to Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.
LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment for 48 BIA-owned buildings located on the Hopi Indian Reservation in Arizona. The project aims to ensure safety and compliance with environmental regulations by conducting thorough inspections and assessments of hazardous materials, with a focus on public health and safety prior to any construction or renovation activities. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and has a performance period of 180 days from the award date. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
BDO BLM FY25 PADDOCK NOXIOUS WEED TRT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for herbicide application services under the project titled "BDO BLM FY25 Paddock Noxious Weed Treatment," aimed at managing invasive noxious weeds in Idaho. The contract, set aside for small businesses, requires contractors to provide all necessary labor, equipment, and herbicides while adhering to strict safety and operational guidelines, including compliance with Idaho commercial applicator licensing. This initiative is crucial for maintaining environmental integrity and effective land management across 2,969 acres, specifically targeting Yellow Starthistle and Common Crupina in five designated treatment areas. Quotes are due by April 9, 2025, with work expected to commence on April 14, 2025, and interested parties can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
Telone II Chemical
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking proposals from qualified small businesses to supply approximately 9,452.988 gallons of Telone II® Chemical for fumigation treatments in Bingham County, Idaho. The procurement encompasses all necessary services, including storage, transportation, and delivery of the chemical to an application contractor, with compliance to federal safety and environmental regulations being paramount. This initiative is crucial for managing plant health and ensuring adherence to stringent pesticide application standards. Interested contractors must hold an Idaho pesticide dealer's license and demonstrate their capacity for secure chemical storage and timely delivery, with proposals due by April 11, 2025. For further inquiries, potential bidders can contact Kim Yen Tu at kimyen.n.tu@usda.gov or call 16123363602.
F--Noxious, Invasive, and Nuisance Species Treatments, St. Mary Canal Drop Structu
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, intends to award a sole-source purchase order to the Blackfeet Tribe for the treatment of noxious, invasive, and nuisance species surrounding the St. Mary Canal Drop Structures in Glacier County, Montana. This procurement aims to address the ecological concerns arising from the reconstruction of these structures, which has led to increased weed management issues affecting local habitats and adjacent landowners. The Blackfeet Tribe's Noxious Weed Program will be responsible for identifying and controlling these invasive species in compliance with state and federal regulations. Interested vendors must submit a Letter of Interest by April 18, 2025, and be registered in the System for Award Management (SAM) database, with the anticipated Request for Quote expected to be issued around May 15, 2025, and the contract award projected for June 30, 2025.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.