TETON HERBICIDE FY 2025
ID: 140A1225Q0012Type: Solicitation
AwardedMay 6, 2025
$291.7K$291,688
AwardeeVALIOSA LLC 417 BAYLOR RD ADA OK 74820 USA
Award #:140A1225P0023
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
    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
    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.
    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).
    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
    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.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 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.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    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.
    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.