BUTTE/HARDING COUNTNOXIOUS WEED CONTROL
ID: 140L3625Q0041Type: Combined Synopsis/Solicitation
AwardedMay 23, 2025
$27.5K$27,500
AwardeeMONTURE CREEK LAND MANAGEMENT, INC. 15019 S SPERRY GRADE RD Bonner MT 59823 USA
Award #:140L3625P0041
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, 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 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.

    Point(s) of Contact
    Brailer, Christopher
    (406) 896-5196
    40689650200000
    cbrailer@blm.gov
    Files
    Title
    Posted
    The document provides a comprehensive inventory of various adjuvants, particularly surfactants, oils, and fertilizers, classified by their manufacturer and registration numbers. It includes detailed specifications for each product, covering aspects like formulation type, usage, and regulatory registration in California and Washington. The main types of adjuvants listed are non-ionic surfactants, oil-based crop oil concentrates, and nitrogen-based fertilizers, among others. It also categorizes products based on their function, such as spreading, buffering, coloring, and water conditioning agents. This inventory serves as a valuable resource for federal and state agencies involved in agriculture, environmental regulation, and pesticide application, aligning with governmental initiatives to promote safe and effective agricultural practices. The structured format and detailed registrations ensure accessibility and compliance for stakeholders looking to incorporate these products within state or federal guidelines for agricultural use.
    This document provides a comprehensive overview of various herbicides, including their common names, trade names, manufacturers, concentrations, and registered group classifications. It highlights the compositions of herbicides such as Aminocyclopyrachlor, Aminopyralid, Bromacil, and Glyphosate, detailing their respective active ingredients and concentrations in pounds per gallon or as a percentage. The information primarily focuses on regulatory aspects and herbicide resistance codes, which are essential for understanding their usage and compliance with environmental standards. This summary serves as a resource for federal and state agencies regarding the herbicide products available for various applications such as agriculture, land management, and environmental compliance, thereby facilitating informed decisions in procurement and usage in accordance with government regulations related to herbicide application.
    The Bureau of Land Management (BLM) requires contractors for noxious weed control on approximately 12,346 acres of public land in Butte and Harding Counties, South Dakota. The project prioritizes treating invasive species like leafy spurge and Canada thistle, requiring initial coverage of at least 150 acres. Treatment will occur from July 7 to August 30, 2025, with all application records and maps submitted biweekly. Contractors must adhere to federal and state pesticide laws, be licensed, and provide a comprehensive work plan outlining methods and equipment. Data collection will follow specific geospatial accuracy standards, with reports documenting treatment effectiveness. Safety and compliance are paramount, especially regarding surrounding wildlife habitats, including sage-grouse areas. The BLM will provide project maps and a list of approved herbicides. The project reflects the agency's commitment to controlling invasive species while adhering to environmental regulations and promoting public safety.
    The Bureau of Land Management (BLM) has produced a map related to the Harding County Integrated Pest Management (IPM) project for the year 2025, covering an area of 12,346 acres. The map utilizes the NAD 1983 Albers and GCS North American 1983 coordinate systems, though it includes a caution regarding the accuracy of land ownership data. Specifically, ownership data may not accurately represent parcels smaller than 40 acres and could contain plotting errors due to the sources used. The document also includes various water body classifications, such as lakes, estuaries, and reservoirs, indicating a focus on ecological aspects within the project area. It is intended to assist in planning and managing land resources effectively while acknowledging limitations in data accuracy. The BLM emphasizes that the data is not guaranteed for unintended purposes, reinforcing their responsible data stewardship.
    The document pertains to a land mapping project facilitated by the Bureau of Land Management (BLM) concerning Harding County, South Dakota, scheduled for 2025. It presents a vicinity area map illustrating land ownership and management in an area spanning 12,346 acres. The mapping is based on the NAD 1983 Albers projected coordinate system and GCS North American 1983 geographic coordinate system. Key details include a cautionary note indicating that land ownership data may not accurately reflect parcels smaller than 40 acres and might include plotting errors due to the reliance on less precise source data. The document indicates that it contains various road names and landmarks relevant to the area. Use of the data is limited to BLM's intended purposes, with no warranty provided for external use. This mapping project aligns with federal government efforts in land management and highlights the critical aspects of geographic data in resource management and planning within the context of government RFPs and grants.
    The document pertains to the evaluation of a contractor's past performance for a specific project related to weed treatment in Butte Harding County, under the purview of the U.S. Department of the Interior, Bureau of Land Management. It includes a Past Performance Questionnaire (PPQ) designed to gather insights on the company's capabilities and reliability. Evaluators are prompted to rate the contractor across various dimensions, including the quality of their relationship with clients, overall corporate management, quality control, and adherence to schedules. Additional queries explore instances of performance issues and overall satisfaction from the customer’s perspective. The evaluation ratings range from "Outstanding" to "Unacceptable," with a requirement for justifications for negative assessments. The document aims to inform the decision-making process regarding future contracts, highlighting the significance of past performance in the selection of vendors for government projects.
    The Bureau of Land Management (BLM) is issuing a combined solicitation for a contractor to perform noxious weed control in Butte and Harding County, Montana. This Request for Quote (RFQ), numbered 140L3625Q0041, operates under the Federal Acquisition Regulation (FAR) and is set aside as a total small business competition, with a NAICS code of 115112 and a size standard of $9.5 million. The performance period spans from July 7, 2025, to August 30, 2025. Interested bidders must submit their quotes electronically by May 15, 2025, with questions due by May 9, 2025. The procurement emphasizes a "best value" approach and mandates compliance with provided requirements, including federal regulations and clauses that govern the solicitation process. The contract will result in a firm-fixed price award, and it is crucial that all offerors are registered in the System for Award Management (SAM) to be eligible for contract awards. Aspects like payment terms via the Invoice Processing Platform and other regulatory obligations are explicitly detailed in the solicitation to ensure compliance and clarity for prospective contractors.
    The document is a Wage Determination notice issued by the U.S. Department of Labor under the Service Contract Act, identifying wage rates for various occupations in South Dakota, effective for contracts awarded on or after January 30, 2022. It specifies that contracts are subject to minimum wage requirements outlined in Executive Orders 14026 and 13658, which set rates at $17.75 and $13.30 per hour, respectively. The notice details wage rates for numerous occupations, including administrative support, food service, healthcare, automotive service, and various skilled trades, alongside required fringe benefits such as health and welfare, paid vacation, and certain other allowances. It emphasizes the importance of proper classification and compensation for workers in compliance with the law and outlines procedures for contractors seeking to classify additional employee roles not explicitly listed in the wage determination. The document aims to ensure fair compensation across diverse job roles for federal contracts while also providing guidelines for compliance with related labor standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    37--DK Boom Spray Rig for Flatbed Truck, Elgin, ND
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is conducting a Sources Sought announcement for a DK Boom Spray Rig to be installed on a Government-Furnished Property (GFP) flatbed truck in Elgin, North Dakota. The procurement involves purchasing a new boom spray rig system, which includes a 45-foot hydraulic folding boom sprayer and a 300-gallon UV-resistant tank, as well as the removal and disposal of the existing 31-year-old system currently in use. This equipment is crucial for the Dakotas Area Office's efforts to control noxious weeds in the Lake Tschida area. Interested small businesses, including those in various socio-economic categories, are invited to submit capability statements by December 19, 2025, at 3:00 PM MST, with the anticipated contract being a Firm-Fixed-Price agreement under NAICS code 333111. For further inquiries, contact Sydney Oakes at SKessel@usbr.gov or by phone at 406-233-3647.
    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.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    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.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    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.
    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.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.