S--Herbicide application services
ID: 140A1125Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Bureau of Indian Affairs (BIA), Western Region, is seeking qualified contractors to provide herbicide application services on the Colorado River Indian Reservation, specifically targeting weed control along approximately 240 miles of canals and 123 miles of deep drains, covering an estimated 7,112 acres. The contractor will be responsible for applying specified herbicides, including Round-up Pro Concentrate and Diuron 4L, while ensuring the protection of adjacent crops and minimizing herbicide drift, in compliance with federal contracting provisions and local tribal tax obligations. This procurement is part of the government's commitment to support local businesses and tribal economic empowerment, with a total small business set-aside designation. Interested parties must submit their proposals by January 8, 2025, at 8:00 AM local time, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.

    Point(s) of Contact
    Brown, Randall
    (520) 723-6208
    (406) 247-7921
    Randall.Brown@bia.gov
    Files
    Title
    Posted
    The Bureau of Indian Affairs (BIA), Western Regional Office, is issuing RFQ No. 140A1125Q0017 for herbicide application services on the Colorado River Indian Reservation. The project involves maintaining approximately 240 miles of canals and 123 miles of deep drains, covering an estimated 7,112 acres needing year-round weed control. The contractor will apply provided herbicides, specifically Round-up Pro Concentrate and Diuron 4L, while ensuring the protection of adjacent crops and minimizing herbicide drift. Compliance with various federal contracting provisions, including those related to Indian Economic Enterprises, is mandatory. Key contract requirements include proper licensing, adherence to subcontracting limitations, and the submission of electronic invoices via the Invoice Processing Platform. The overall goal is to establish an efficient, safe, and environmentally protective weed management system that supports agricultural productivity on the reservation. Vendors are required to coordinate daily with the Colorado River Irrigation Project for effective herbicide application and to comply with local tribal tax obligations. This RFQ reflects the government’s commitment to utilizing local businesses while supporting tribal economic empowerment through targeted contracting opportunities.
    The document is an amendment (0002) to a solicitation (140A1125Q0017) issued by the U.S. Department of the Interior, Bureau of Indian Affairs, regarding a contract modification. It specifies that offers must acknowledge the amendment by one of three methods before the designated deadline to avoid rejection. Additionally, it states that any changes to a previously submitted offer must also reference the solicitation and amendment. The document confirms that the hour and date for submission of offers are modified as described within. A significant addition in this amendment is the inclusion of a Google Earth file, containing shape files and KML data of treatment areas, which is explicitly mentioned as an attachment. This document serves as a formal communication to clarify changes and ensure compliance in the bidding process for contractors involved with the Bureau of Indian Affairs. It emphasizes the importance of timely acknowledgment of amendments and provides necessary information to facilitate offer submissions.
    The government file pertains to an amendment of a solicitation for a contract related to herbicide application along canals and drains to control weeds on agricultural land. It specifies that bidders must acknowledge receipt of the amendment by a prescribed deadline to avoid rejection of their offer. The document includes responses to potential bidders' questions, indicating that the closing date for submissions can be extended and that the successful contract is anticipated to be awarded in early February 2025. The project involves using a specific herbicide, Diuron 4-L, which must be applied manually to minimize drift and unintended environmental impact, given the proximity to crops. The details outline the important logistics and requirements for the herbicide application to ensure compliance with safety and operational regulations within the designated agricultural areas. This summary emphasizes the urgency of securing the proposed contract to address emerging weed issues effectively.
    This document is a Request for Proposal (RFP) from the Bureau of Indian Affairs (BIA) for commercial items, specifically concerning the San Carlos Irrigation project. The solicitation number is 140A1125Q0017, and it is due on January 8, 2025, at 8:00 AM local time. The key points include instructions for completing the provided Standard Form 1449 and noting that the acquisition is set aside for small businesses, including economically disadvantaged and service-disabled veteran-owned entities. The document emphasizes that this is a combined synopsis/solicitation, making it essential for offerors to submit their quotations as no separate written solicitation will be issued. Interested parties may direct inquiries to Randall Brown at the provided contact details. The document outlines payment terms, delivery requirements, and the need for compliance with federal acquisition regulations. Ultimately, this RFP signifies an opportunity for small businesses to engage with the federal government, promoting inclusion and economic participation in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services under Request for Quotation W912P925Q0005 for fiscal year 2025. The primary objective of this procurement is to control invasive plant species along the Mississippi and Illinois Rivers, specifically targeting areas within the Riverlands Migratory Bird Sanctuary. This initiative underscores the importance of environmental management and resource restoration, as contractors will be responsible for providing all necessary materials, labor, and supervision while adhering to safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further clarification.
    Cannelton Lock and Dam Herbicide Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide herbicide application services at the Cannelton Locks and Dam in Indiana. The contractor will be responsible for managing personnel, materials, and equipment to ensure effective herbicide application in compliance with federal, state, and local regulations, emphasizing safety and environmental stewardship. This contract, valued at approximately $9.5 million, includes a base year and options for renewal through 2029, with bids due electronically by March 18, 2025. Interested contractors should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray on Cold Brook Cottonwood Project Corps of Engineers lands
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray project in Hot Springs, South Dakota. The selected contractor will be responsible for herbicide application to control noxious weeds, ensuring a minimum effectiveness of 95% while adhering to local, state, and federal regulations. This project is crucial for maintaining environmental integrity and public safety in designated areas, with the contract set for one base year starting April 30, 2025, and includes two optional years. Interested bidders should direct inquiries to Casey M. Barber at casey.m.barber@usace.army.mil or Nadine Catania at Nadine.L.Catania@usace.army.mil, and are reminded that this opportunity is a Total Small Business Set-Aside.
    VIPR I-BPA for Weed Washing Unit for Regions 3, 5, and 6
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking to establish multiple agreements for the procurement of Weed Washing Units to support fire suppression and related all-hazard incidents across Regions 3, 5, and 6. These units are essential for effective response operations, requiring contractors to provide high-pressure wash systems that meet specific environmental standards, maintain operational equipment, and ensure trained personnel are available while adhering to safety regulations. The agreements will facilitate year-round use, with peak demand anticipated from March to October, although no orders are guaranteed. Interested parties can contact Briana Chalmers at briana.c.chalmers@usda.gov or by phone at 803-497-5383 for further details regarding this total small business set-aside opportunity.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    VIPR I-BPA for Weed Washing Units for East Zone (Region 1, 2 and 4)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide Weed Washing Units under the VIPR I-BPA for the East Zone, which encompasses Regions 1, 2, and 4. The procurement aims to support forestry operations by ensuring effective weed management through specialized washing units, which are crucial for maintaining ecological balance and preventing the spread of invasive species. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and interested parties can reach out to Melissa Maestas at melissa.maestas@usda.gov or by phone at 970-508-0603 for further details. The solicitation is currently open, and vendors are encouraged to submit their proposals in a timely manner.
    SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for a comprehensive environmental assessment related to the transfer of three buildings to the Gila River Indian Community in Arizona. The project requires a Phase I Environmental Site Assessment (ESA), a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all aimed at ensuring safety and compliance with environmental regulations prior to the transfer. This initiative underscores the BIA's commitment to environmental safety and regulatory adherence, with deliverables including draft reports within 60 days and final reports within 90 days of approval. Interested parties, particularly those qualifying as Indian Economic Enterprises, should contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or call 602-241-4566 for further details.
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.