F--Seed Production - Great Basin
ID: 140L0624Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

All Other Miscellaneous Crop Farming (111998)

PSC

NATURAL RESOURCES/CONSERVATION- SEEDLING PRODUCTION/TRANSPLANTING (F010)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking proposals for seed production in the Great Basin region, specifically under solicitation number 140L0624Q0009. The procurement aims to acquire native plant materials for land management efforts, including rehabilitation and reclamation, with a focus on producing source-identified native seed certified under the AOSCA program. This initiative is crucial for habitat restoration and invasive species management, ensuring compliance with federal seed quality standards. Interested contractors must submit their quotes by September 9, 2024, and can direct inquiries to Ian Steinheimer at isteinheimer@blm.gov or by phone at 303-236-6609.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a federal government's seed procurement initiative, detailing various native plant species essential for ecological restoration in specific ecoregions. It lists both the scientific and common names of seeds, such as Nineleaf biscuitroot (Lomatium triternatum) and Bluebunch wheatgrass (Pseudoroegnaria spicata), and provides relevant geographical data characterized by minimum temperature and precipitation requirements. The seed transfer zones and their respective generation codes are also included, indicating suitability for different environmental conditions. Additionally, the document emphasizes the necessity for testing furnished seed, including purity assessments and minimum seed sample ratings, in compliance with federal standards. Each entry corresponds with additional columns for pricing, quantity, and total projected costs, indicating a structured approach to budgeting and logistics in seed procurement. The overall purpose is to facilitate an organized RFP process aimed at obtaining high-quality native plant seeds for successful habitat restoration and ecosystem-supportive projects across multiple jurisdictions and ecological conditions.
    This document pertains to the Combined Synopsis and Solicitation 140L0624Q0009, detailing the terms and clauses associated with acquiring miscellaneous crude agricultural and forestry products. It includes various federal acquisition regulations (FAR) clauses that require compliance from the contractor, such as definitions, limitations on payments, contract terms, and conditions for commercial products and services. Notable clauses include requirements that address political contributions, contractor conduct, and specific provisions to promote small business participation. The document emphasizes electronic invoicing through the Invoice Processing Platform, outlining the necessary steps for contractors to request payments. Additionally, it incorporates provisions that ensure ethical conduct, restrictions against employing certain banned telecommunications services, and mandates disclosure of prior administrative proceedings. The overall purpose is to outline the legal framework for contract execution, compliance standards, and the responsibilities of both government and contracting parties in the procurement process. This structure ensures that contractors understand their obligations while supporting small business initiatives and adhering to federal law and ethical standards.
    This document outlines the evaluation criteria and procedures for a government solicitation under FAR 52.212-2 for commercial products and services. The government intends to award multiple contracts based on evaluations of both price and non-price factors, with non-price considerations being significantly more critical. Technical evaluation will assess the proposed Government-Furnished seed amounts and acreage, while past performance assessments will determine execution risks related to similar contracts, considering recency and relevance of past performance information. Price evaluations will measure the fairness and reasonableness of quoted prices, and if price competition is inadequate, additional data may be requested. The document emphasizes small business participation, with self-certified small business offerors receiving maximum credit. Evaluation criteria include identification of small socio-economic business participation, adherence to subcontracting goals by the Department of the Interior (DOI), and demonstration of commitment to small firms. Additionally, the extent of small businesses' work contributions and relevant documentation will be assessed. Communications with quoters are limited, and submissions should represent the best pricing available. This framework illustrates the government's commitment to competitive procurement while fostering small business engagement and ensuring responsible contract execution.
    This document is an addendum to FAR 52.212-1, outlining instructions for offerors responding to federal acquisitions for commercial items. The authorized contacts for the solicitation are Ian Steinheimer and Addison Page. Offerors must submit a complete quote, including an order form and past performance information for relevant projects within the last four years, detailing customer contacts, contract details, performance schedules, and project characteristics. Small businesses are exempt from providing participation information, while other than small businesses must identify their small business subcontractors. The document specifies requirements related to the North American Industry Classification System (NAICS), acceptance periods for offers, submission guidelines for samples, and procedures for late submissions, modifications, and withdrawals. It reiterates the process for awarding contracts, including potential multiple awards and blanket purchase agreements. Details are provided on the availability of specifications and standards, as well as the necessity for a unique entity identifier for offers exceeding the micro-purchase threshold. The document emphasizes that debriefings post-award will disclose specific evaluations and rankings to offerors. Overall, it provides a comprehensive framework for the offer process, ensuring transparency and compliance with federal regulations in contract acquisitions.
    The Bureau of Land Management (BLM) is issuing a combined synopsis and solicitation, numbered 140L0624Q0009, for seed production to support supply increases in the Great Basin area. The solicitation is categorized under NAICS code 111998 for all miscellaneous crop farming, and it invites unrestricted participation from seed farms registered in SAM.gov. This solicitation seeks to source harvested seeds that meet specific quality and quantity requirements outlined in attached specifications. It is expected to incorporate multiple awards, allowing the government to accept various items from the offers received. Offers must be submitted by September 9, 2024, via email to designated contracting personnel. Respondents are encouraged to refer to attachment documents detailing quote instructions and evaluation criteria. The document also outlines mandatory inquiries and responses, insisting that SAM.gov registration must be kept active throughout the evaluation process. While submission of pricing for all items isn't required, participants can choose to quote on select line items. This solicitation emphasizes compliance with all terms and technical requirements and ensures transparency throughout the bidding process.
    The Bureau of Land Management (BLM) seeks native plant materials for land management efforts, including rehabilitation and reclamation. The contract aims to produce source-identified native seed certified under the AOSCA program, with delivery to BLM National Seed Warehouse facilities. Contractors must provide resources for seed cultivation and meet specific quality standards. Seed production involves payments tied to field establishment approval and the amount of seed delivered, with provisions for additional production. Strict seed quality standards are mandated, including testing for purity and compliance with noxious weed regulations. Packaging, marking, and delivery specifications ensure accountability, while the inspection process safeguards compliance with performance standards. This initiative reinforces the BLM's commitment to habitat restoration and invasive species management, adhering to federal seed quality mandates. Overall, the document outlines comprehensive guidelines for seed procurement and quality assurance essential for environmental stewardship and land management.
    The document addresses a set of questions regarding a government solicitation related to seed procurement for the Bureau of Land Management (BLM). It clarifies that this solicitation is not set aside for small businesses and that growers from outside the specified geographic area can submit quotes. It specifies that firms must include their Unique Entity Identifier (UEI) in their administrative response. Seed will be delivered to Ely, NV, and specific addresses for delivery remain consistent throughout the document. Importantly, BLM does not provide production yield averages or disclose previous bid tabulations but indicates that award information can be found on FPDS.gov. The responsibility for specifying the quantity of government-furnished seed lies with the quoters, who must also supply purity and test results as required. This document serves to streamline the solicitation process by addressing common queries and ensuring clarity on submission requirements for potential contractors participating in the bid.
    This document is an amendment to a federal solicitation regarding seed production in the Great Basin, specifically identified as solicitation number 140L0624Q0009. Its primary purpose is to address questions raised during the solicitation period, with all responses compiled in an attached “Questions and Answers” document. The amendment specifies procedures for acknowledging receipt, including the necessity for bidders to confirm their acknowledgment prior to the submission deadline, as failure to do so could lead to rejection of their offers. The amendment clearly outlines modification procedures and confirms that while specific changes have been documented in the amendment, all other terms and conditions of the original solicitation remain unchanged and in effect. Additionally, it includes details regarding submission timelines, required documentation, and communication methods for bidders to clarify their offers effectively. Overall, this amendment functions to facilitate clearer communication and maintain compliance with federal procurement processes while ensuring transparency in the solicitation process.
    The document is a government Request for Proposal (RFP) for the acquisition of supplies and services, specifically related to Seed Production in the Great Basin region. It outlines the essential terms and conditions governing the solicitation, including the offeror's responsibilities and the evaluation process for bids. The RFP is administered by the Bureau of Land Management (BLM) based in Denver, Colorado. Key points include the solicitation identification number, the establishment of a cutoff date for submissions (September 9, 2024), and the specified methods for payment. The RFP emphasizes small business considerations, particularly for economically disadvantaged and women-owned small businesses, indicating the government's commitment to fostering inclusivity in federal contracts. Additionally, it incorporates federal regulations (FAR) pertinent to the bidding process, ensuring compliance and standard practices in government contracting. The document also requires the signing of specific blocks by offerors to validate their proposals. Overall, this RFP serves to efficiently solicit and manage proposals for government contracts, while aligning with broader policy goals, including support for small businesses and adherence to regulatory frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BLM Specialized Storage for Seed in Winnemucca, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease approximately 10,000 square feet of specialized storage space for Wildland Fire Seed Storage in Winnemucca, Nevada. The facility must accommodate specific requirements, including accessibility for transport trucks and forklifts, and must be solely for government occupancy without any colocations. This procurement is critical for supporting the BLM's Emergency Stabilization and Rehabilitation (ESR) and fuels program, ensuring the effective management of wildland fire resources. Interested parties must submit expressions of interest by September 20, 2024, with occupancy anticipated on October 1, 2024; inquiries should be directed to Shannon Veigel at sveigel@blm.gov or Mike Schultz at mschultz@blm.gov.
    DISC MULCHING HEAD FOR SKID STEER
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for a Disc Mulching Head compatible with John Deere 325G skid steers, as part of a Total Small Business Set-Aside initiative. The required equipment must effectively masticate small to medium pinyon and juniper trees, adhering to specific operational and safety standards, including a weight limit of 2,592.7 lbs and a flow rate of 26.7 gallons per minute. This procurement is crucial for enhancing land management operations and ensuring compliance with the Buy American Act. Proposals are due within 60 days of contract award, and interested vendors should contact Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441 for further details.
    CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, which involves the chemical application of the herbicide Plateau (Imazapic) over approximately 330 acres to control cheatgrass, a non-native species detrimental to local ecosystems. The contractor will be required to conduct an on-site meeting with BLM personnel, apply the herbicide without causing ground disturbance, and comply with all federal and state regulations regarding chemical applications. This project is part of BLM's broader mission to restore native habitats and promote sustainable land use practices, with a performance period from October 1 to October 31, 2024, and quotes due by September 18, 2024. Interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals, with the contract awarded based on the lowest price technically acceptable offer.
    56--FENCE MATERIALS - BLM ELKO DISTRICT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for various fence materials for the Elko District Office in Nevada, under Solicitation Number 140L3924Q0147. The procurement includes items such as barbed wire, galvanized steel pipes, and steel fence posts, all of which must comply with specific ASTM standards and the Buy American Act. These materials are crucial for effective land management operations, ensuring the maintenance and security of public lands. Interested small businesses must submit their proposals by September 18, 2024, at 2:00 PM PST, and can direct inquiries to Sherri Ferguson at k1fergus@blm.gov or (775) 861-6441.
    2024 NOXIOUS WEED ROW CONTROL & TREATMEN
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the 2024 Noxious Weed Right of Way (ROW) Control and Treatment project, specifically targeting invasive species management within the Navajo Nation. The project involves controlling Russian Knapweed and Musk Thistle across approximately 156 acres along Navajo Routes 4 and 64, utilizing spot spraying with herbicides from June to October 2024 to mitigate ecological damage and protect native resources. Interested small businesses, particularly service-disabled veteran-owned small businesses, must submit detailed price quotes and comply with federal regulations, with proposals due by September 19, 2024, at 3:00 PM local time. For inquiries, vendors can contact Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    H--FIRE SPRINKLER BLOCKAGE INSPECTIONS
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking a contractor to conduct fire sprinkler blockage inspections and gauge replacements at various locations in Elko, Nevada, under Solicitation Number 140L3924Q0149. The contractor will be responsible for inspecting six fire sprinkler systems for blockages, replacing any gauges older than five years, and ensuring compliance with the National Fire Protection Association Standard 25. This initiative is crucial for maintaining the operational reliability and safety of fire suppression systems in federally managed facilities. Proposals are due by September 13, 2024, with a performance period from September 15 to November 30, 2024. Interested parties can contact Nakea Hughes at nnhughes@blm.gov or by phone at 775-861-6302 for further information.
    B--RFQ 24Q0012 - WY Statewide Terrestrial AIM Support
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking quotations for statewide Terrestrial Data Collection Services in Wyoming under Request for Quotation (RFQ) No. 24Q0012. The primary objective is to provide Assessment, Inventory, and Monitoring (AIM) data collection support from 2025 to 2029, focusing on habitat conditions and treatment effectiveness across designated plots, initially targeting 527 points in the base year. This initiative is crucial for effective land management and ecological monitoring, ensuring compliance with federal regulations while fostering transparency in procurement processes. Interested vendors must submit their quotations by September 18, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    Notice of Intent to Use an Already Existing BPA to Solicit and Award Big Marsh Planting
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Deschutes National Forest, is issuing a presolicitation notice for the Crescent Ranger District Planting project on Big Marsh. The objective of this procurement is to secure services for the planting of government-furnished plugs during the fall seasons from 2024 to 2026, utilizing an existing Blanket Purchase Agreement (BPA). This initiative is part of the government's ongoing efforts in ecological restoration and reforestation within the region, aligning with the NAICS Code 115310, which covers support activities for forestry. Interested parties can direct inquiries to Cynthia B. Armour at cynthia.armour@usda.gov or by phone at 541-410-6720, with the anticipated contract award date set for September 10, 2024.
    OFO PAULS VALLEY HAY 2024/2025
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small business vendors to provide up to 1,500 tons of high-quality alfalfa hay for the Well Horse and Burro Program at the Pauls Valley Wild Horse Adoption Center in Oklahoma. The procurement aims to ensure the hay meets specific nutritional standards, including 14% crude protein and less than 5% weed content, with delivery scheduled monthly from September 2024 to August 2025. This initiative supports the care of 400-600 wild horses and burros, reflecting the federal commitment to animal welfare and responsible management of public lands. Interested vendors must submit their quotes by September 17, 2024, and direct inquiries to Ronald Shumate at rshumate@blm.gov, ensuring they are registered in the System for Award Management (SAM) to qualify for the contract.