ADO - AERIAL HERBICIDE END PRODUCT SERV
ID: 140L4025Q0040Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTFARMINGTON DISTRICT OFFICEFARMINGTON, NM, 87401, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL FERTILIZATION/SPRAYING (F001)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking qualified contractors to provide aerial herbicide application services using pelleted tebuthiuron to restore grasslands and manage invasive plant species in New Mexico. The procurement requires contractors to possess a commercial agricultural herbicide applicator license and adhere to environmental and safety guidelines while applying herbicides over an area of 6,095 acres. This initiative is part of the BLM's commitment to sustainable land management practices, with the contract period set from September 1, 2025, to October 31, 2025. Interested parties must acknowledge receipt of the solicitation amendment and ensure compliance with UAS regulations as outlined in the provided documents, with further inquiries directed to Eleanor Tippeconnie at etippeco@blm.gov or by phone at 505-372-8814.

    Point(s) of Contact
    Tippeconnie, Eleanor
    (505) 372-8814
    (505) 564-7608
    etippeco@blm.gov
    Files
    Title
    Posted
    The U.S. Department of the Interior (DOI) has issued a "Covered UAS" Assessment Guide and an Operational Procedures Memorandum (OPM) - 35 to ensure compliance with Secretarial Order (SO) 3379 and Executive Order (EO) 13981 regarding Unmanned Aircraft Systems (UAS). The guide defines "Covered UAS" as those manufactured, using critical components, or operating software from adversary countries, or those with data storage outside the U.S. or administered by an adversary country. It provides a questionnaire to identify such UAS. OPM-35 distinguishes between "end product/service contracts" and "flight service contracts," clarifying procurement methods and operational control. It mandates that end-product contracts, which involve contractors using aircraft (including UAS) to achieve a final result without DOI operational control, must prohibit the use of "designated UAS" (those manufactured in China or by a Chinese company, or containing Chinese components). The OPM outlines acceptable contract language for end-product contracts to prevent unintended operational control by the DOI and emphasizes that flight services involving DOI personnel or operational control require separate procurement through DOI AQD.
    This document is an amendment to a solicitation (Solicitation No. 140L4025Q0040) issued by BLM NM-STATE OFC-SANTA FE, with an effective date of August 4, 2025. The amendment requires offerors to acknowledge receipt by returning signed copies, acknowledging on their offer, or sending a separate communication. Failure to acknowledge may result in rejection of the offer. The purpose of this amendment is to ensure that the use of Unmanned Aircraft Systems (UAS) complies with Executive Order 3379 and 13981, specifically for the "ADO Pelleted Tebuthiuron End Product Service, 2025." Offerors must complete and return an attached document regarding UAS compliance. The period of performance for this service is from September 1, 2025, to October 31, 2025. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines a solicitation by the U.S. Bureau of Land Management (BLM) for aerial herbicide application services aimed at restoring grasslands and controlling invasive plant species in New Mexico. The request for quotes specifies a firm fixed-price acquisition for services involving the use of pelleted tebuthiuron herbicide over a specified area of 6,095 acres. The contract will require the contractor to possess a commercial agricultural herbicide applicator license and adhere to environmental and safety guidelines during operations. Key sections detail the scope of work, including the quantity and application rates of herbicides, project access requirements, and guidelines for environmental protections. The contractor must provide necessary equipment and ensure compliance with all relevant regulations. The delivery of services is scheduled to begin on September 1, 2025, with a completion deadline of October 31, 2025. Additionally, the document includes provisions for operational security, safety, and quality control measures. This RFP serves the dual purpose of ecological restoration and invasive species management, showcasing the BLM's commitment to sustainable land management while soliciting competitive bids from qualified contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    Noxious Weed Treatment for Chickasaw Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors for a Noxious Weed Treatment project within the Chickasaw Nation boundary in Southern Oklahoma. The objective is to manage approximately 74,000 acres of trust and restricted properties by applying approved herbicides to control the spread of noxious weeds, particularly Musk Thistle, with a target of achieving a 90% weed kill rate. This initiative is crucial for enhancing land productivity and economic value, and the contract is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 561730, with a firm-fixed-price purchase order anticipated for a performance period of 60 days after receipt of order. Interested parties must submit their proposals by December 17, 2025, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    Intermountain Stewardship BPA
    Buyer not available
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    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.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.