F--2024 NOXIOUS WEED ROW CONTROL & TREATMEN
ID: 140A0924Q0090Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNAVAJO REGIONGALLUP, NM, 87301, USA

NAICS

Landscaping Services (561730)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Sep 12, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 20, 2024, 12:00 AM UTC
  3. 3
    Due Sep 23, 2024, 4:00 PM UTC
Description

The Bureau of Indian Affairs (BIA) is soliciting proposals for the control and treatment of noxious weeds, specifically targeting Russian Knapweed and Musk Thistle, within the rights-of-way of Navajo Routes 4 and 64 in Arizona. The project encompasses approximately 156 acres and aims to mitigate the ecological and infrastructural impacts of these invasive species through spot spraying with herbicides, with work scheduled to commence in June and conclude in October 2024. This initiative is critical for preserving the natural resources and economic conditions of the Navajo Nation, ensuring the health of native ecosystems and the safety of highway travelers. Interested small businesses must submit their bids by September 19, 2024, with inquiries directed to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.

Point(s) of Contact
Begay, Elsie
(505) 863-8226
(505) 863-8382
Elsie.Begay@bia.gov
Files
Title
Posted
Sep 20, 2024, 10:42 PM UTC
The document outlines Wage Determination No. 2015-5477 from the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for federal contracts in Arizona’s Apache, Gila, and Navajo counties, highlighting that contractors must comply with Executive Order 14026 or 13658 based on contract dates. For contracts entered after January 30, 2022, a minimum wage of $17.20 applies, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum wage of $12.90 if not extended. The document lists various occupations with corresponding wage rates and details fringe benefits, including health and welfare, vacation, and holiday pay. Additionally, it outlines compliance measures for additional classifications not listed, mandates adherence to paid sick leave regulations, and includes specific guidelines for uniform allowances and hazardous pay differentials. This determination is essential for ensuring that federal contractors in specified regions adhere to wage laws and worker protections, facilitating fair labor practices in government-related projects. Overall, the document serves as a comprehensive resource for contractor compliance regarding wage standards and employee benefits under federal contracts.
Sep 20, 2024, 10:42 PM UTC
The Bureau of Indian Affairs (BIA) Central Navajo Agency (CNA) seeks to manage invasive noxious weeds, specifically Russian Knapweed and Musk Thistle, within the rights-of-way of Navajo Routes 4 (N4) and 64 (N64). The project spans approximately 156 acres and aims to control these invasive species to alleviate their impact on the Navajo Nation's natural resources, economic conditions, and infrastructure. Both species are high-priority targets due to their aggressive spread, undermining native plant growth and damaging roadways. The treatment process will involve spot spraying with herbicides, initiated in June and concluding in October. The contractor must be certified and experienced in invasive species management, equipped with necessary sprayers and safety equipment. Deliverables include daily treatment records, GIS shapefiles of treated areas, and a comprehensive project report. The overarching goal of this initiative is to prevent further infestation, which could escalate costs and ecological damage, necessitating immediate action to ensure the health of native ecosystems and the safety of highway travelers. By addressing the invasive weed problem, the project aims to protect and enhance the natural resources essential to the Navajo Nation’s sustainability.
Sep 20, 2024, 10:42 PM UTC
The document outlines the requirements and representations related to Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act and the Department of the Interior Acquisition Regulation System. An Indian economic enterprise is defined as a business at least 51% owned by Indians or Indian Tribes, with the stipulation that they control management and receive the majority of contract earnings. These qualifications must be affirmed at the time of bid submission, contract award, and during the contract duration. The document stresses the importance of accurate representations, warning against false information, which can attract legal consequences under U.S. laws. The require certification includes a confirmation of compliance with IEE criteria by the offeror through a signature and relevant business identifiers. This procedural framework is crucial for ensuring that contracts intended for Indian economic enterprises are genuinely awarded to eligible entities, thereby promoting economic opportunities for Native American businesses within federal contracting practices.
Sep 20, 2024, 10:42 PM UTC
The Bureau of Indian Affairs (BIA) is seeking proposals for conducting the N-59 Right of Way (ROW) Inventory & Mapping at the Chinle Agency in Arizona. This document serves as a Request for Quote (RFQ), outlined in accordance with FAR's guidelines. The project requires the contractor to provide all necessary labor, materials, and transportation in compliance with the attached Statement of Work. Interested vendors must submit a detailed price quote alongside responses to various evaluation criteria, including a signed representation regarding tax liabilities and criminal convictions. The submission deadline is September 19, 2024, and inquiries should be directed to the designated Contract Specialist. Clauses from the Federal Acquisition Regulations, including those related to compliance with tax responsibilities and labor laws, are integrated into the contract requirements. This solicitation reflects the BIA’s commitment to ensuring authorized vendors participate in fulfilling federal contract obligations while promoting transparency and compliance in procurement processes.
Sep 20, 2024, 10:42 PM UTC
The document pertains to the amendment of Solicitation No. 140A0924Q0090 issued by the Bureau of Indian Affairs (BIA), which modifies the initial request for proposals (RFP) regarding landscaping services. The amendment specifically extends the deadline for responses to September 23, 2024, at 10:00 A.M. (MDT) and updates the NAICS code to 561730, which corresponds to Landscaping Services. It emphasizes the necessity for contractors to acknowledge receipt of this amendment through specified methods to ensure their offers remain valid. The document underscores that all other terms and conditions stipulated in the original solicitation remain unchanged and in full effect, indicating it is set aside for small businesses. The contracting officer's details and acknowledgment requirements for both the contractor and the contracting officer are also noted. Overall, this amendment serves to provide clarity and additional time for prospective bidders while maintaining the integrity of the procurement process.
Sep 20, 2024, 10:42 PM UTC
The document is an amendment to Request for Quotation (RFQ) No. 140A0924Q0090, which pertains to a procurement for landscaping services, identified by the NAICS Code 561730. The amendment emphasizes the need for contractors to acknowledge receipt of this amendment to ensure consideration of their offers, which must be submitted before the specified deadline. It is classified as a small business set-aside procurement, highlighting the government's commitment to supporting small enterprises in government contracts. Key instructions include methods for acknowledging the amendment, the obligation for changes to previously submitted offers, and clarifying that all other terms and conditions remain unchanged. The document outlines administrative details essential for compliance, including requirements for the submission of copies and potential impacts of missed deadlines. Overall, this amendment serves to clarify terms and conditions tied to the solicitation and reinforces procedural adherence necessary for interested parties in the contracting process.
Sep 20, 2024, 10:42 PM UTC
The document is a Request for Proposal (RFP) from the Bureau of Indian Affairs (BIA) for noxious weed control and treatment services in Gallup, NM. The solicitation number is 140A0924Q0090, and the RFP is set aside for small businesses, specifically emphasizing service-disabled veteran-owned small businesses (SDVOSB). The total performance period for the project is from August 1, 2024, to October 31, 2024, with bids due by September 19, 2024, at 3:00 PM local time. The document outlines the delivery terms as free on board (FOB) destination and references the Federal Acquisition Regulations (FAR) for compliance and terms. It specifies the requirement for contractors to complete designated blocks and submit invoices to the correct address. Key contact information is provided for inquiries and submissions, ensuring clarity for potential bidders. Overall, the RFP highlights the government’s commitment to environmental service contracts while promoting small business participation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
AQUATIC HERBICIDE
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of aquatic herbicides to support the Flathead Indian Irrigation Project. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to fostering economic participation among indigenous businesses. The herbicides are critical for controlling aquatic vegetation that could obstruct irrigation water flow, thereby safeguarding agricultural operations and preventing potential legal claims against the government. Interested vendors should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details, with proposals expected to be delivered within 60 days of award notification.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
TUSCARORA HERBICIDE WEEDS TREATMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting proposals for the Tuscarora Herbicide Treatment project, which aims to control invasive and noxious weeds across approximately 2,091 acres in Elko County, Nevada. Contractors will be responsible for supplying herbicides, adjuvants, and equipment, adhering to strict environmental safety protocols, including operational restrictions to protect local wildlife, particularly the sage grouse. This project is part of broader efforts to manage land effectively while supporting small business participation, as it is a total small business set-aside under NAICS code 115310. Interested parties should contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742, with proposals due by June 19, 2025.
WIP MAGNACIDE H FY2025
Buyer not available
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.
OWYHEE DESERT HERBICIDE WEED TREATMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Owyhee Desert Herbicide Weed Treatment project, which aims to manage invasive and noxious weeds across approximately 4,247 acres in Elko County, Nevada. Contractors will be responsible for providing and applying herbicides, adhering to strict environmental guidelines and safety protocols, including the completion of Pesticide Application Records (PARs) and compliance with federal acquisition regulations. This initiative underscores the government's commitment to effective land management and ecological health, with a total small business set-aside to encourage participation from small business concerns. Proposals are due by April 18, 2025, and interested parties can direct inquiries to Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742.
SUSIE EAST HERBICIDE WEEDS TREATMENT
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for the Susie East Herbicide Weeds Treatment project, aimed at managing invasive weed species across approximately 4,606 acres in Elko, Nevada. The contractor will be responsible for the ground-based application of specified herbicides, including 2,4-D and Chlorsulfuron, while adhering to environmental regulations and ensuring the protection of nearby water sources. This initiative is critical for preserving local ecosystems and managing invasive species effectively, reflecting the government's commitment to sustainable land management practices. Interested small businesses must submit their proposals by the specified deadline, with the contract anticipated to commence on June 2, 2025, and conclude by July 18, 2025. For further inquiries, potential bidders can contact Matthew Merritt at mbmerritt@blm.gov or by phone at (775) 861-6742.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
SUSIE WEST HERBICIDE WEED TREATMENT
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the Susie West Herbicide Weed Treatment project, aimed at managing invasive weed species across approximately 4,546 acres in Elko County, Nevada. The project requires contractors to supply and apply specific herbicides, surfactants, and dyes, adhering to strict environmental guidelines and application rates, with a performance window from June 2 to July 18, 2025. This initiative is critical for ecological management and habitat protection, reflecting the federal commitment to controlling noxious weeds and restoring public access roads post-treatment. Interested small businesses must submit their proposals by April 18, 2025, and can contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742 for further information.
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.
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.