94--Seed Production - Northern Rockies
ID: 140L0624Q0038Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

All Other Miscellaneous Crop Farming (111998)

PSC

MISCELLANEOUS CRUDE AGRICULTURAL AND FORESTRY PRODUCTS (9440)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking proposals for seed production services in the Northern Rockies, specifically under Combined Synopsis/Solicitation No. 140L0624Q0038. The procurement aims to acquire native grass seeds that meet stringent quality standards for various ecological restoration projects, including rehabilitation after wildfires and habitat improvements. This initiative is crucial for promoting biodiversity and ensuring compliance with environmental standards in the region. Interested offerors must submit their quotes by September 9, 2024, and direct any inquiries to Ian Steinheimer at isteinheimer@blm.gov or by phone at 303-236-6609.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a governmental request for proposals (RFP) regarding the acquisition and use of various native grass seeds in the Northern Rockies ecoregion. It includes a list of seed types with their scientific and common names, along with ecoregional specifications such as humidity and seed transfer zones. For each seed type, the document details relevant testing requirements for noxious substances, purity, and a minimum pure live seed (PLS) rating, with a required delivery date set for March 31, 2029. The associated pricing template includes total price per bulk pound, pounds required, and appropriate field establishment costs. The overall purpose of the document is to facilitate local and federal stakeholders in sourcing suitable native grass seeds for ecological restoration projects, conserving biodiversity, and ensuring compliance with environmental standards. The emphasis on detailed seed specifications and testing reflects the government's aim to promote effective environmental practices in reforestation and habitat restoration efforts within this geographical region.
    The document outlines the Combined Synopsis and Solicitation detailing the terms, conditions, and clauses applicable to federal contracts for miscellaneous crude agricultural and forestry products. It includes references to various contract clauses, notably those incorporated by reference, such as definitions, limitations on payments for influencing federal transactions, and terms for commercial products and services. Key points include guidelines for electronic invoicing via the U.S. Department of the Treasury's Invoice Processing Platform (IPP) and compliance requirements pertaining to telecommunications and video surveillance services. The document emphasizes contractor obligations regarding labor standards, certification of small business status, and procurement integrity as mandated by federal regulations. Fostering equitable treatment for small businesses, veterans, and disadvantaged groups is highlighted, alongside provisions addressing sustainability and responsible contracting. The purpose of this solicitation is to procure necessary agricultural goods while adhering to legal and ethical standards, thereby ensuring transparent procurement processes and fostering inclusivity in federal contracting. The structure of the document follows a systematic approach, clearly delineating clauses, provisions, and stipulations relevant to potential offerors.
    The addendum to FAR 52.212-2 outlines the evaluation process for government solicitations involving commercial items. It stipulates that the government may award multiple contracts to responsible quoters based on both price and non-price factors, with non-price considerations being more significant. Each quoted line item will be assessed for the appropriateness of proposed government-furnished seed amounts and acreage. Furthermore, past performance will be evaluated only for those quotes achieving an acceptable technical rating, taking into account the success rate on similarly scoped contracts. The assessment will consider the recency and relevance of past performance information, focusing on the likelihood of successful contract execution. Price evaluations will ensure quoted amounts are fair and reasonable in line with FAR regulations. If price competition is found to be insufficient, additional data may be requested. Notably, quotes should be submitted with the best pricing upfront as the government prefers to evaluate without further communication. This document underscores the need for thorough preparation and a solid track record when participating in government bids.
    The document serves as an addendum to FAR 52.212-1, detailing instructions for offerors submitting proposals for commercial items in response to a government solicitation. It identifies authorized points of contact for inquiries and quotes, specifically Ian Steinheimer and Addison Page. Quoters must submit a complete quote including an order form for the items they wish to supply, along with documented past performance information for relevant projects within the last four years. Important elements include the necessity for offerors to comply with specific NAICS codes and small business size standards, adherence to timelines for offer submissions, and requirements surrounding product samples. The document emphasizes that multiple offers are acceptable and that late submissions may be considered under certain conditions. The government aims to award Blanket Purchase Agreements without discussions, necessitating that offers include both price and technical best terms. Finally, the document outlines the debriefing process to be provided post-award to unsuccessful offerors, detailing the evaluation criteria that led to award decisions. This framework is critical for maintaining compliance and transparency in government procurement processes.
    The Bureau of Land Management (BLM) requires contracts for the production of source-identified native plant seeds for various land management projects, such as rehabilitation after wildfires, habitat improvements, and erosion control. The contractor must provide all necessary resources for cultivation, including labor, tools, and materials, and deliver cleaned and tested seeds to designated BLM facilities. Payment involves specific structures based on field establishment, seed production, and quality acceptance, with the government maintaining the right of first refusal on any surplus seeds produced. Quality standards for harvested seeds are stringent, focusing on purity, germination rates, and noxious weed content, which must comply with federal and state regulations. The contractor bears testing costs, and BLM retains the authority to conduct inspections and enforce standards throughout the production process. Any seed lots that do not meet specifications may be rejected. The contract emphasizes the responsibilities of the contractor in managing seed quality, from initial cultivation to delivery, ensuring compliance with all regulatory frameworks governing seed production and distribution. This document outlines a comprehensive process for ensuring the quality and suitability of native seed production, crucial for BLM's ecological and restoration efforts.
    The document addresses questions related to a federal solicitation for seed procurement. It clarifies that the contract is not set aside for small businesses and that growers outside the specified geographic area can submit quotes. Respondents are instructed to include their Unique Entity Identifier (UEI) in the responsibility and administrative response. Seed delivery will be exclusively to Ely, NV, while production yield averages for the requested species are unavailable through the Bureau of Land Management (BLM). BLM also cannot provide previous bid tabulations or related award information, directing interested parties to FPDS.gov for such data. Quotations must include necessary amounts of government-furnished seed, and purity and test results will be provided upon award. The document highlights procedural requirements and points of clarification essential for potential bidders and complies with standard practices in government Requests for Proposals (RFPs). This ensures transparency and provides guidance on responding to the solicitation effectively.
    The document is an amendment to a solicitation issued by the federal government for contracting purposes. Its primary aim is to inform potential contractors about changes made to the original solicitation. This includes instructions on how to acknowledge receipt of the amendment, which can be done either by completing copies of the amendment or through separate communication referencing the solicitation and amendment numbers. Compliance with these requirements is emphasized to avoid rejection of offers. Additionally, the amendment addresses questions posed during the solicitation period, with responses provided in an attached document titled "Questions and Answers." The amendment modifies existing contractual terms, ensuring clarity and communication for contractors. It reaffirms that all unchanged terms from the previous documents remain in effect, highlighting the procedural nature of the modification. This amendment is part of the regulatory framework governing federal solicitations and contracts, aiming to maintain transparency and efficiency in government procurement processes.
    The Bureau of Land Management (BLM) is issuing a solicitation for seed production services in the Northern Rockies, identified as Combined Synopsis/Solicitation No. 140L0624Q0038. This invitation is aimed at suppliers under the North American Industry Classification System (NAICS) code 111998, focusing on miscellaneous crop farming. The procurement promotes unrestricted participation for eligible seed farms with a firm fixed-price contract type. The BLM seeks to procure harvested seed that meets specific quality standards, with quantities detailed in attached documents. Offerors must be registered in SAM.gov and maintain active status throughout the solicitation process. Proposals can include quotes for one or multiple items, although full pricing disclosure for all line items is not mandatory. The Government may award multiple contracts based on the submissions, with evaluation criteria provided in the attached documents. Interested parties must submit inquiries by August 29, 2024, and complete quotes by September 9, 2024. The document emphasizes the importance of adhering to guidelines within the attached specifications and clauses, ensuring compliance with the solicitation's requirements while fostering fair competition.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, which involves the chemical application of the herbicide Plateau (Imazapic) over approximately 330 acres to control cheatgrass, a non-native species detrimental to local ecosystems. The contractor will be required to conduct an on-site meeting with BLM personnel, apply the herbicide without causing ground disturbance, and comply with all federal and state regulations regarding chemical applications. This project is part of BLM's broader mission to restore native habitats and promote sustainable land use practices, with a performance period from October 1 to October 31, 2024, and quotes due by September 18, 2024. Interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals, with the contract awarded based on the lowest price technically acceptable offer.
    BLM Specialized Storage for Seed in Winnemucca, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease approximately 10,000 square feet of specialized storage space for Wildland Fire Seed Storage in Winnemucca, Nevada. The facility must accommodate specific requirements, including accessibility for transport trucks and forklifts, and must be solely for government occupancy without any colocations. This procurement is critical for supporting the BLM's Emergency Stabilization and Rehabilitation (ESR) and fuels program, ensuring the effective management of wildland fire resources. Interested parties must submit expressions of interest by September 20, 2024, with occupancy anticipated on October 1, 2024; inquiries should be directed to Shannon Veigel at sveigel@blm.gov or Mike Schultz at mschultz@blm.gov.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    DISC MULCHING HEAD FOR SKID STEER
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for a Disc Mulching Head compatible with John Deere 325G skid steers, as part of a Total Small Business Set-Aside initiative. The required equipment must effectively masticate small to medium pinyon and juniper trees, adhering to specific operational and safety standards, including a weight limit of 2,592.7 lbs and a flow rate of 26.7 gallons per minute. This procurement is crucial for enhancing land management operations and ensuring compliance with the Buy American Act. Proposals are due within 60 days of contract award, and interested vendors should contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441 for further details.
    56--FENCE MATERIALS - BLM ELKO DISTRICT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for various fence materials for the Elko District Office in Nevada, under Solicitation Number 140L3924Q0147. The procurement includes items such as barbed wire, galvanized steel pipes, and steel fence posts, all of which must comply with specific ASTM standards and the Buy American Act. These materials are crucial for effective land management operations, ensuring the maintenance and security of public lands. Interested small businesses must submit their proposals by September 18, 2024, at 2:00 PM PST, and can direct inquiries to Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.
    B--RFQ 24Q0012 - WY Statewide Terrestrial AIM Support
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking quotations for statewide Terrestrial Data Collection Services in Wyoming under Request for Quotation (RFQ) No. 24Q0012. The primary objective is to provide Assessment, Inventory, and Monitoring (AIM) data collection support from 2025 to 2029, focusing on habitat conditions and treatment effectiveness across designated plots, initially targeting 527 points in the base year. This initiative is crucial for effective land management and ecological monitoring, ensuring compliance with federal regulations while fostering transparency in procurement processes. Interested vendors must submit their quotations by September 18, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    2024 NOXIOUS WEED ROW CONTROL & TREATMEN
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the 2024 Noxious Weed Right of Way (ROW) Control and Treatment project, specifically targeting invasive species management within the Navajo Nation. The project involves controlling Russian Knapweed and Musk Thistle across approximately 156 acres along Navajo Routes 4 and 64, utilizing spot spraying with herbicides from June to October 2024 to mitigate ecological damage and protect native resources. Interested small businesses, particularly service-disabled veteran-owned small businesses, must submit detailed price quotes and comply with federal regulations, with proposals due by September 19, 2024, at 3:00 PM local time. For inquiries, vendors can contact Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    F--BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Berland Lake Silvicultural Prescription project within the Navajo Region, focusing on environmental services aimed at hazardous fuel reduction. The project, scheduled to take place from September 16, 2024, to September 16, 2025, requires contractors to implement a silvicultural prescription that includes extensive stand examinations and the reduction of fuel loads by 70% to mitigate wildfire risks. This initiative is crucial for restoring ecological balance and enhancing community safety, with a preference for service-disabled veteran-owned and women-owned small businesses. Interested contractors must submit their proposals by September 18, 2024, at 3:00 p.m. MDT, and can direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or by phone at 505-863-8404.