AQUATIC HERBICIDE
ID: 140A1225Q0013Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSNORTHWEST REGIONPORTLAND, OR, 97232, USA

NAICS

Pesticide and Other Agricultural Chemical Manufacturing (325320)

PSC

PEST CONTROL AGENTS AND DISINFECTANTS (6840)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of aquatic herbicides to support the Flathead Indian Irrigation Project. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to fostering economic participation among indigenous businesses. The herbicides are critical for controlling aquatic vegetation that could obstruct irrigation water flow, thereby safeguarding agricultural operations and preventing potential legal claims against the government. Interested vendors should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details, with proposals expected to be delivered within 60 days of award notification.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 2:06 PM UTC
The document is a justification for the use of other than full and open competition in the acquisition of Teton Aquatic Herbicide and Argos Algaecide for the Flathead Indian Irrigation Project (FIIP). This procurement is necessary to control aquatic vegetation that might impede irrigation water flow, impacting agricultural operations and potentially leading to legal claims against the government. The justification cites federal regulations, specifically FAR 13.501(a), allowing for this exception due to the unique qualifications of the products involved. The procurement will be publicly advertised on SAM.gov, ensuring compliance with competition rules, especially for ISBEE vendors. The anticipated costs have been deemed fair and reasonable based on market research, which indicated multiple available vendors for these specific herbicides. The document outlines a structured assessment by contracting officers, attesting to the accuracy of the technical data and the necessity of rapid herbicide application in the impending irrigation season to avoid adverse effects on water management. Overall, it emphasizes the urgency and necessity of the acquisition while adhering to regulatory requirements for competition and procurement.
Apr 10, 2025, 2:06 PM UTC
The document serves as a self-certification guideline under the Buy Indian Act for Indian Economic Enterprises (IEEs) responding to federal solicitations. It mandates that Offerors prove they meet the IEE criteria at three critical points: when an offer is made, at contract award, and during the entire contract period. Contracting Officers have the authority to request further documentation throughout the acquisition process. It warns against providing false information, citing legal repercussions under specific U.S. codes for false claims. The form requires detailed identification information about the Offeror, including the name of the federally recognized tribal entity and the owner of the IEE firm, which underscores accountability and transparency in the procurement process. This document is essential for fostering economic participation from indigenous enterprises in federal contracting opportunities, ensuring compliance and integrity in the award process.
Apr 10, 2025, 2:06 PM UTC
The document is a Request for Proposal (RFP) for the procurement of aquatic herbicides related to the Flathead Indian Irrigation Project. The government seeks to award a Firm-Fixed-Price purchase order primarily to Indian Small Business Economic Enterprises (ISBEEs), indicating a 100% set-aside for these entities. The NAICS code applicable is 325320, focusing on pesticide and agricultural chemical manufacturing, with a small business size standard applicable. The solicitation details include specific delivery requirements, with a maximum of 60 days following award notification, directed to a designated delivery address in Saint Ignatius, Montana. It outlines pertinent general conditions, including compliance with various Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulations (DIAR) clauses, emphasizing the importance of ethical business practices and compliance with labor standards. The evaluation method for offers will be the lowest price technically acceptable, ensuring that bids must conform to specified product requirements without engaging in negotiations. Invoicing must be submitted electronically through the Treasury's Invoice Processing Platform, underscoring the efficiency and technological integration expected in bid submissions. Overall, the document illustrates the federal government's ongoing commitment to utilizing small businesses in public procurement processes while adhering to strict regulatory compliance.
Lifecycle
Title
Type
AQUATIC HERBICIDE
Currently viewing
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 with mulcher attachments for the Flathead Indian Irrigation Project. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to supporting tribal economic development. The equipment is crucial for enhancing irrigation infrastructure and operational efficiency within the project, which is vital for the agricultural needs of the local tribes. Proposals are due by May 9, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested parties can contact Brock Bell at brock.bell@bia.gov for further information.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
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.
68--PEST CONTROL SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for various facilities across the Truxton Canon Agency locations in Arizona. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option to extend for four additional years, ensuring ongoing pest management to maintain safe environments in public facilities. This procurement is set aside for Indian Economic Enterprises (IEEs), emphasizing the government's commitment to supporting tribal businesses while adhering to strict regulatory compliance. Interested contractors should contact Danielle Bitsilly at danielle.bitsilly@bia.gov for further details and to submit proposals by the specified deadlines.
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.
7K--Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the agency's IT storage capabilities through the acquisition of various HPE storage products and accessories. The selected contractor will be responsible for delivering the required products within 90 days post-award, with proposals due by April 1, 2025. Interested parties can reach out to Maggie Main at maggie.main@bia.gov for further inquiries regarding this solicitation.
Jordan River Weed Control
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for Integrated Vegetation Management and weed control services along the Jordan River. The primary objective of this contract is to manage and control noxious and invasive weeds, utilizing a combination of mechanical treatment methods and limited chemical applications, in alignment with federal environmental conservation priorities. This initiative is crucial for enhancing natural resource management and biodiversity along the river, reflecting the government's commitment to ecosystem preservation. Proposals are due by April 17, 2025, with services expected to commence on May 5, 2025, and conclude by December 31, 2025. Interested parties can contact Aubrielle Watson at AWatson@usbr.gov or by phone at 801-524-3832 for further information.
Towable Sewer Machine for BIE AZ Navajo Central Ag
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is seeking qualified vendors to provide a Towable Sewer Machine for the Bureau of Indian Education (BIE) at the Navajo Central Agency Facility in Chinle, AZ. This procurement is a 100% set-aside for Indian Small Business Economic Enterprise (ISBEE) vendors, emphasizing the need for submissions that demonstrate technical capabilities, relevant experience, and compliance with federal regulations, particularly concerning background checks for contractor employees interacting with Indian children. The Towable Sewer Machine is essential for maintaining waste disposal operations at the facility, ensuring the health and safety of the community served. Interested vendors should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details, with an estimated delivery timeline of 90 days following contract award.
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 erecting 1,995 linear feet of commercial-grade chain-link fencing to enhance security and protect property from vandalism and break-ins. This initiative is crucial for ensuring a safe environment for BIE operations and reflects the government's commitment to supporting Indian Economic Enterprises, as the solicitation is set aside for 100% Indian Small Business Economic Enterprises (ISBEE). 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.
94--Autonomous Robotic Weeder
Buyer not available
The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking sources for the procurement of an autonomous robotic weeder intended for use in agrotechnology classes at the Southwestern Indian Polytechnic Institute (SIPI) in Albuquerque, New Mexico. The desired robotic weeder must be a fully autonomous electric device equipped with features such as lithium batteries, GNSS RTK navigation, and various weeding tools to ensure precision in agricultural tasks. This initiative reflects the Bureau's commitment to integrating advanced technology into educational frameworks, promoting innovation and efficiency in agricultural education. Interested vendors are encouraged to submit their capabilities statements via email to Jeff Morris at jeff.morris@bie.edu by April 29, 2025, although this is a voluntary request and no funding is available for the information provided.