SAGEBRUSH SEEDING, TWIN FALLS DISTRICT
ID: 140L2625Q0003Type: Combined Synopsis/Solicitation
AwardedJan 31, 2025
$293.1K$293,116
AwardeeCROP JET AVIATION, L.L.C. 1921 S 1700 E Gooding ID 83330 USA
Award #:140L2625P0012
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL SEEDING (F002)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals from qualified small businesses for a Sagebrush Seeding project within the Twin Falls District of Idaho, covering approximately 44,157 acres. The primary objective is to restore sagebrush and grassland ecosystems through the application of specified seed types and rates, with contractors required to utilize precise navigation systems and adhere to safety standards during operations. This initiative is part of broader federal efforts to manage natural resources sustainably and promote habitat restoration following disturbances such as wildfires. Interested parties must submit their proposals by January 24, 2025, and can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines the bid schedule for the 2024-25 TFD ESR Sagebrush Seedings project, detailing the procurement of sagebrush seeding across multiple locations. There are twelve line items with estimated quantities totaling 43,122 acres. Each specified location, including Glendale and Coonskin, has a designated acreage requirement for seeding. Contractors are required to begin work within three days of notification and to initiate seeding after the government assesses and validates the received sagebrush seed. The scheduled start date is set for February 5, 2025, with a performance timeline of 17 working days. The document notes potential lower-than-requested rates for seed due to possible shortages, emphasizing a flexible cost approach. This bid schedule serves as a structured request for proposals from contractors, aligning with standard government procurement practices for natural resource cultivation and habitat restoration. It underscores the government's intent to enhance sagebrush populations while adhering to specific operational timelines.
    The government document outlines a series of sagebrush seeding initiatives overseen by the Bureau of Land Management (BLM) within the Twin Falls District of Idaho. The primary purpose of these projects, scheduled between August 5 and August 27, 2024, is to promote reforestation and habitat restoration in specific areas, as indicated by the names of various sites such as Soldier Sagebrush Seeding and Gardner Sagebrush Seeding. Each project includes a map detailing the land management status and relevant geographical features alongside surface management agencies involved, such as the BLM and local government entities. The document stresses that the maps are for general guidance only and encourages users to consult official land records for the most current information. The BLM disclaims the accuracy of the data provided for individual or aggregate use, emphasizing a reliance on more formal records for definitive land status. This document fits within the broader context of federal and state efforts to restore natural habitats and manage land resources sustainably.
    The Bureau of Land Management (BLM) is developing several seeding projects in the Twin Falls District of Idaho aimed at restoring sagebrush and grassland ecosystems. The document includes a series of maps detailing various seeding initiatives such as the R4NV Twenty Mile Seedings, R5RA Sagebrush Seeding, and others, each marked with dates and management agency responsibilities. The maps provide information about surface management status, delineating land ownership among federal, state, and private entities, and underline the importance of consulting official records for accurate land information. Each entry highlights the goal of restoring vegetation in areas affected by previous disturbances like wildfires, while also indicating that the accuracy of the mapped data is not guaranteed by the BLM, advising potential users to verify the information via the BLM Idaho State Office. This initiative reflects the federal commitment to ecosystem management and sustainable land use practices as part of ongoing environmental restoration efforts.
    The Bureau of Land Management (BLM) is soliciting proposals for a Sagebrush Seeding project covering over 43,000 acres. This Request for Quotation (RFQ) is exclusively available for small businesses under NAICS code 115112, with a size standard of $9.5 million. The submission deadline is January 24, 2025. Proposals must detail the offeror's qualifications, including relevant experience, technical capabilities, and a work plan demonstrating readiness to complete the contract within the allotted timeframe. The evaluation criteria prioritize prior experience and past performance, technical capability in seed application, and price. Offerors must provide a comprehensive bid schedule, demonstrating understanding and compliance with Federal Acquisition Regulations (FAR) clauses. The project requires effective communication and coordination with the Government, emphasizing safety considerations for remote areas. The BLM retains the discretion to award based on best value rather than solely on the lowest bid, making this a critical opportunity for qualified small businesses in environmental restoration contracts.
    The document presented appears to be a corrupted or improperly formatted file, making it challenging to ascertain a clear and coherent main topic or purpose. However, it seems to relate to government Requests for Proposals (RFPs) and grant processes at federal, state, and local levels, likely focusing on the solicitation of proposals for specific projects or funding opportunities. Key ideas that can be inferred include mechanisms for engagement in public services, potential areas of investment, and procedural guidelines necessary for submitting proposals. The document may also touch upon various administrative requirements and expectations for compliance within the competitive selection process. Due to the fragmented nature of the content, specific details regarding the structure and context of RFPs or grants could not be fully established. The file underscores the importance of clear documentation and effective communication in government contracting and funding initiatives. Overall, while the document lacks clear articulation, it suggests a framework for understanding government solicitation processes and highlights the need for structured responses from potential applicants.
    The government document outlines a Statement of Work for seeding sagebrush and yarrow across several areas in Idaho. The project encompasses multiple sites totaling approximately 44,157 acres, with specific requirements for seed types, rates of application, and crew responsibilities. Contractors are tasked with loading and transporting government-provided seeds from a designated warehouse, ensuring proper application equipment is used to meet specified seeding rates, and providing suitable personnel and equipment for the job. Each seeding operation must utilize a Differentially Corrected Global Positioning System (DGPS) for precise navigation and tracking during seed application. The contractor must also prepare to adapt to environmental conditions such as snow cover or muddy ground that may impede access. Specific work site locations are indicated, along with the expected quantities of seed needed. Contractors must start seeding within three days of notification and may require permission for operations within restricted military areas. The document emphasizes adherence to safety standards, proper use of equipment, and the need for accurate reporting and monitoring of seeding operations to ensure contract fulfillment.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    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.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    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.
    GAOA Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    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.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    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 performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.