TETON HERBICIDE FY 2025
ID: 140A1225Q0012Type: 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 Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 3:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 3:07 PM UTC
The document outlines requirements under the Buy Indian Act for certification as an "Indian Economic Enterprise" (IEE) by offerors responding to federal solicitations. It specifies that the designation must be valid at the time of offer submission, contract award, and throughout the contract’s duration. Offerors must provide information supporting their eligibility, and contracting officers may seek further documentation at any point during the acquisition process. Providing false information is a legal offense, subject to penalties under various U.S. codes. The representation form requires details like the name of the tribal entity, unique entity ID, and owner information, and must be signed by a certifying individual. This ensures compliance with regulations supporting Native American enterprises in federal contracting opportunities.
Apr 10, 2025, 3:07 PM UTC
The document serves as a justification for a purchase request by the Bureau of Indian Affairs, specifically for Teton Herbicide, essential for the Fort Hall Irrigation Project (FHIP). The herbicide is needed to control aquatic vegetation that obstructs irrigation water flow. Unique to this acquisition, Teton is the only EPA-approved herbicide containing Salt of Endothall, and its timely application is critical to avoid significant legal repercussions. The procurement will be publicly advertised on SAM.gov, ensuring compliance with federal regulations. Despite multiple vendors existing, the document emphasizes the necessity of this specific product due to its unique qualifications. Comprehensive market research indicates the expectation of receiving competitive proposals, and if required, measures to enhance competition will be implemented in future acquisitions. Ultimately, the contracting officer determined that the anticipated costs will be fair and reasonable, firmly backing the decision to proceed with the purchase under the authority of FAR 13.501(a).
Apr 10, 2025, 3:07 PM UTC
The document outlines a Request for Proposal (RFP) for a Firm-Fixed-Price purchase order for the Fort Hall Irrigation Project, focusing on the procurement of aquatic herbicides. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under the North American Industry Classification System (NAICS) code 325320. Proposals are anticipated to be submitted by April 10, 2025, with a delivery deadline of 60 days post-award. The document specifies required sections for vendor quotations, general terms including compliance with Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulations (DIAR), and the use of the U.S. Treasury's Invoice Processing Platform for invoice submissions. Key details include definitions of contractual obligations, clause references, and conditions regarding subcontracting. Providers must ensure adherence to ethical standards in business operations as outlined in the clauses. The overall structure consists of an introduction, detailed specifications, general terms and conditions, and a section on instructions to potential quoter, emphasizing the importance of compliance and timely submission for a successful bid.
Lifecycle
Title
Type
TETON HERBICIDE FY 2025
Currently viewing
Solicitation
Similar Opportunities
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators equipped with AFE RDM38EX mulchers, specifically for the Flathead Indian Irrigation Project. This acquisition is set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance operational efficiency in managing irrigation projects. The procurement emphasizes compliance with federal regulations and the importance of utilizing small business resources, with proposals due by May 23, 2025, at 2:00 PM. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information regarding the solicitation process.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
F--Jordan River Weed Control
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for Integrated Vegetation Management and weed control services along the Jordan River. The primary objective is to manage approximately 180 acres to combat invasive plant species while ensuring minimal harm to desirable vegetation, with a focus on mechanical treatment methods and compliance with federal regulations. This initiative is crucial for enhancing natural resource management and environmental conservation efforts in the region. Proposals are due by April 17, 2025, with services expected to commence on May 5, 2025, and conclude by December 31, 2025. Interested vendors can contact Aubrielle Watson at AWatson@usbr.gov or by phone at 801-524-3832 for further information.
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.
Herbicide Treatment-PLO 1015 unit of Buenos Aires
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for herbicide treatment services targeting non-native salt cedar resprouts at the Buenos Aires National Wildlife Refuge in Avondale, Arizona. The contractor will be responsible for providing personnel, equipment, and the herbicide Garlon 4 Ultra to effectively manage invasive species over approximately 60 acres, as part of a habitat restoration initiative following the 2020 Avondale Fire. This project is crucial for enhancing ecological conditions and supporting native wildlife recovery efforts. Interested small businesses must submit their proposals by April 30, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
Ft Hall Indian Irrigation Project (FHIP) Flowmeter
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of flowmeters as part of the Fort Hall Indian Irrigation Project (FHIP). This opportunity is a 100% small business set-aside, aimed at acquiring totalizing fluid meters under NAICS code 334514, with a focus on ensuring compliance with federal contracting regulations. The flowmeters are essential for monitoring water flow in irrigation systems, highlighting their importance in federal irrigation efforts. Interested vendors must submit their bids by April 25, 2025, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
BUTTE/HARDING COUNTNOXIOUS WEED CONTROL
Buyer not available
The Bureau of Land Management (BLM) is seeking contractors for the Butte/Harding County Noxious Weed Control project in South Dakota, aimed at managing invasive plant species across approximately 12,346 acres of public land. The project requires the treatment of noxious weeds such as leafy spurge and Canada thistle, with an initial coverage of at least 150 acres, and is scheduled to take place from July 7 to August 30, 2025. This procurement is set aside for small businesses under the NAICS code 115112, emphasizing compliance with federal regulations and labor standards, including wage determinations for various occupations. Interested bidders must submit their quotes electronically by May 15, 2025, and direct any inquiries to Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
PA-JOHN HEINZ NWR AT TINICUM-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified vendors to provide aerial herbicide application services at the John Heinz National Wildlife Refuge at Tinicum, targeting invasive plant species such as Phragmites australis and Lythrum salicaria. The project requires vendors to supply all necessary equipment, labor, and materials to achieve a minimum of 90% coverage over up to 100 acres during the translocation season from August 15 to October 20, 2025, while adhering to safety regulations and herbicide label instructions. This initiative is part of the government's broader commitment to invasive species management and environmental preservation. Interested parties must submit their quotations by May 6, 2025, and are encouraged to direct any questions to Merenica Banks at merenicabanks@fws.gov.