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
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 3:00 PM UTC
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
Jan 28, 2025, 9:05 PM UTC
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.
Jan 28, 2025, 9:05 PM UTC
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.
Jan 28, 2025, 9:05 PM UTC
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.
Jan 28, 2025, 9:05 PM UTC
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
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.
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.
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.
R--DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for a digitization project aimed at transitioning approximately 500 boxes of paper records to electronic formats at its Rocky Mountain Regional Office and associated agencies. The project requires contractors to provide comprehensive records management services, including inventorying, cleaning, digitizing, and ensuring quality control of sensitive documents, all in compliance with National Archives and Records Administration (NARA) standards. This initiative is crucial for enhancing record management efficiency and ensuring compliance with federal regulations regarding record retention and disposal. Interested contractors must acknowledge receipt of the solicitation amendments and submit their proposals by May 8, 2025, with the anticipated contract performance period starting from June 1, 2025, to May 30, 2026. For further inquiries, potential bidders can contact Mary King at Mary.King@bia.gov or call 406-247-7941.
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.
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.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
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.
EXEMPTION AREA NOXIOUS WEED CONTROL
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to provide noxious weed control services for approximately 171.5 acres in Lawrence County, South Dakota, as part of the Exemption Area Noxious Weed Control project. The contractor will be responsible for managing invasive plant species, specifically targeting St. Johnswort, Common Tansy, and Leafy Spurge, with treatment scheduled from June 25 to August 11, 2025. This initiative is crucial for maintaining ecological health and compliance with federal and state regulations, emphasizing integrated pest management strategies. Interested vendors must submit their proposals by May 15, 2025, and can contact Christopher Brailer at cbrailer@blm.gov or 406-896-5196 for further information.