68--LANDSCAPE CHEMICALS
ID: 140R1725Q0036Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGRAND COULEE POWER OFFICEGRAND COULEE, WA, 99133, USA

NAICS

Pesticide and Other Agricultural Chemical Manufacturing (325320)

PSC

CHEMICALS (6810)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, has issued a solicitation for landscape chemicals, specifically targeting Indian Small Business Economic Enterprises (ISBEE). The procurement was intended to acquire various herbicides, surfactants, and dyes, with specific item requirements and compliance with federal acquisition regulations. However, the solicitation has been canceled in its entirety, meaning no further offers will be accepted, and contractors must acknowledge receipt of this amendment to ensure compliance with federal procurement processes. For further inquiries, interested parties can contact Donald Richer at dricher@usbr.gov.

    Point(s) of Contact
    Richer, Donald
    dricher@usbr.gov
    Files
    Title
    Posted
    The document outlines an amendment to solicitation number 140R1725Q0036 issued by the Bureau of Reclamation for a project located in Grand Coulee, WA. The amendment informs contractors that the solicitation is being canceled entirely, indicating no further offers will be accepted. Contractors are required to acknowledge receipt of this amendment, adhering to one of the specified methods for acknowledgment. The amendment also includes procedural details regarding modifications to contracts, asserting that if any changes are needed after submission, communication must reference both the solicitation and amendment numbers. The memo emphasizes the importance of official acknowledgment to avoid rejection of offers and ensures compliance with federal regulations concerning procurement modifications. Compliance with administrative requirements, as outlined, remains essential while the overall terms of the original solicitation continue to hold unless affected by this amendment. The document concludes with spaces for signatures from both the contracting officer and the contractor, affirming authorization and compliance with the amendment process.
    The document outlines a Request for Proposal (RFP) for the acquisition of commercial items related to herbicides and additives, specifically targeted at Indian Small Business Economic Enterprises. The proposal involves the Bureau of Reclamation and includes specific item requirements, such as various herbicides, surfactants, and dyes, with specified quantities and manufacturing standards. The submission instructions detail the necessary documentation, including manufacturer data sheets, warranties, and compliance with federal acquisition regulations. The RFP emphasizes the importance of compliance with terms and conditions for contracts, particularly those related to payment processing through the Government’s Invoice Processing Platform (IPP). Additionally, the document specifies clauses regarding hazardous materials, requiring contractors to disclose any hazardous components in their offerings. It concludes with information on the necessary qualifications to bid, specifically targeting small, service-disabled veteran-owned, and economically disadvantaged businesses, underscoring the government's commitment to supporting these enterprises in federal contracting opportunities.
    Lifecycle
    Title
    Type
    68--LANDSCAPE CHEMICALS
    Currently viewing
    Presolicitation
    Similar Opportunities
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    99--Notice Regarding Dept. of the Interior, IBC, AQD to close contracts.
    Interior, Department Of The
    The Department of the Interior, through its Interior Business Center (IBC) Acquisition Services Directorate (AQD), is initiating the closeout of contracts that have reached the end of their performance period and have a remaining balance of zero dollars. This action is in accordance with FAR 4.804 and serves as a notification to the vendors listed in the attached contract list, which includes various contractors such as AERO SPRAY INC and AIR RESOURCES HELICOPTERS INC, among others. The closeout process is significant as it ensures the proper conclusion of contractual obligations and financial accountability for the government. Vendors wishing to request a bilateral contract closeout modification or present valid reasons against the closeout must contact Ronald Newlan at ronaldnewlan@ibc.doi.gov within ten business days of this announcement.
    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.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order for Snowy Butte Fungi Surveys on the Rogue River-Siskiyou National Forest. This procurement is part of the Land Management Integrated Resources BPA, which encompasses a wide range of services including professional services, natural resources restoration, and project management, and is available for use by all federal agencies. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved under the LMIR BPA, with a total of 45 businesses set to receive the solicitation. Interested parties can reach out to the LMIR BPA Team at SM.FS.lmirbpa@usda.gov for further information, as this opportunity does not constitute a request for proposals and is part of a continuous pre-solicitation process.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    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.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.
    S--Mescalero Agency Pest Control Services
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian Economic Enterprises to provide pest control services at the Mescalero Agency in Mescalero, NM. The procurement involves delivering pest control services every other month for a base year with two option years, ensuring the maintenance and safety of the agency's buildings and structures. This opportunity is crucial for maintaining a pest-free environment, which is essential for the health and well-being of the agency's operations. Interested parties must submit a capabilities statement to Margie Tahdooahnippah at Margie.Tahdooahnippah@bia.gov by 5:00 PM on December 22, 2025, to be considered for this contract.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.