Pocatello Field Office Herbicide Application
ID: 140L2625Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 11:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking qualified contractors to provide herbicide application services aimed at controlling noxious weeds across approximately 1,000 acres in the Pocatello Field Office, Idaho. The project requires contractors to furnish all necessary personnel, equipment, and materials to effectively reduce invasive plant species, with a focus on specific areas based on the life cycles of the targeted weeds. This initiative is critical for promoting sustainable land management and environmental stewardship, ensuring compliance with EPA and state regulations throughout the application process. Interested parties must submit electronic quotes by April 14, 2025, at 5:00 PM Mountain Time, and can direct inquiries to Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.

Point(s) of Contact
McBride, Heather
(208) 373-3993
(208) 373-3949
hmcbride@blm.gov
Files
Title
Posted
Apr 9, 2025, 2:04 AM UTC
The document outlines the pricing schedule for the 2025 Noxious Weed On-the-Ground Herbicide Applications project. It includes five line items detailing the estimated quantities, unit of measure, and required chemicals for the herbicide application, designated for use across 1,000 acres. The chemicals specified are Chlorsulfuron, 2, 4-D Amine, Aminopyralid, a premixed product of Aminopyralid and 2, 4-D Amine, alongside adjuvants. Contractors are required to select one of two treatment options concerning Aminopyralid and 2, 4-D Amine. The project is set to commence on April 28, 2025, with an estimated duration of four months, concluding by September 30, 2025. The document serves as a formal Request for Proposals (RFP), guiding potential contractors to submit pricing and treatment method details for government evaluation and selection. Overall, it reflects government efforts in managing noxious weeds through controlled herbicide applications.
The document outlines the Offeror Representations and Certifications for commercial products and services, designed to streamline federal procurement processes. It specifies that Offerors must complete a set of representations based on their status and whether they have registered in the System for Award Management (SAM). The document contains various definitions, including those for economically disadvantaged women-owned small businesses, service-disabled veteran-owned small businesses, and manufacturing specifications. Key sections require Offerors to affirm their compliance with regulations regarding child labor, tax liabilities, and business ownership structures. It also emphasizes prohibitions related to contracting with entities involved in restricted business operations, such as those in Sudan or certain telecommunications services identified as sensitive. Additional certifications are mandated regarding products’ origins under the Buy American Act and Free Trade Agreements, and Offerors must disclose past compliance issues or criminal convictions. The structure includes a series of outlined paragraphs (a) through (v) for Offerors to complete specific representations relevant to their eligibility. This documentation is crucial for federal agencies to ensure compliance, promote small businesses, and safeguard governmental funds in procurement activities.
Apr 9, 2025, 2:04 AM UTC
The Bureau of Land Management (BLM) is seeking contractors for a non-personal services contract for herbicide application to control invasive species across six designated project areas in Idaho. The primary objective is to reduce noxious weed populations effectively, with specific focus on areas with early-blooming plants. Contractors must provide all necessary equipment, chemicals, and labor while adhering to state regulations, EPA guidelines, and the product label instructions. The application period commences on April 28, 2025, with phases based on the respective treatment area's conditions, ultimately concluding by September 30, 2025. The contract emphasizes safe operational practices, requiring applicators to hold proper Idaho licenses and detailed logs of the herbicide application process. Contractors are accountable for managing potential risks, including environmental hazards, ensuring compliance with safety regulations, and maintaining communication with BLM representatives. Payments are based on the acreage treated, and reapplication may be necessary for inadequately covered areas. This initiative showcases BLM's commitment to managing invasive species while ensuring ecological safety and regulatory compliance throughout the process.
The Bureau of Land Management's Pocatello Field Office seeks a contractor for herbicide application services targeted at controlling noxious and invasive plant species across six designated rangeland sites. The contract, which is non-personal services, mandates that the contractor provides all necessary materials, equipment, and labor while adhering to specific EPA and Idaho guidelines for herbicide applications. Services will commence after April 28, 2025, and end by September 30, 2025, with priority given to sites based on the life cycles of the targeted species. The contract outlines the operational scope, safety protocols, and performance metrics, including the requirement for contractors to maintain adequate workforce training and licensing. Detailed information on the project areas, including geographical coordinates and specific weed species present, is specified. To ensure regulatory compliance, precise recording of application rates and areas treated is mandated, along with regular communication and documentation with BLM representatives. The contractor assumes all risks relating to the application work and must adhere to strict operational guidelines to protect the environment and public safety during herbicide applications.
The document outlines various treatment project areas managed by the Bureau of Land Management (BLM) in the Pocatello Field Office, Idaho. It includes detailed descriptions of several designated treatment zones, such as Morgan's Bridge, Blackrock, Indian Rocks, North and Stump Canyons, and Bear Hollow, with each area specified by its size in acres. These areas consist of both public and private lands, managed under various agency jurisdictions. The document is supplemented with maps that visually represent the geographical boundaries of the project areas, indicating their size and respective locations, while also noting the lack of warranties regarding the accuracy of the data presented. The summary of treatment locations is significant as it provides essential information for stakeholders in the context of federal and state land management practices, informing potential RFPs, grants, or other partnerships aimed at environmental management and land use. This detailed mapping and area designation align with government's efforts to promote sustainable land use and resource management by identifying specific zones for intervention or conservation efforts.
The document provides a comprehensive summary of herbicide formulations as of February 5, 2025, intended for use under the Bureau of Land Management (BLM). It includes various herbicides, their common and trade names, manufacturers, EPA registration numbers, concentration levels, and resistance groups. For instance, items like Aminocyclopyrachlor and Glyphosate are detailed with their corresponding trade names and concentrations, demonstrating varied uses and regulatory classification. The document serves as a reference for procurement processes related to federal grants and Requests for Proposals (RFPs) by presenting the essential herbicide formulations approved for environmental management and control of invasive plant species. This information is critical for agencies involved in land management and environmental protection, ensuring compliance with safety standards and efficacy in applications.
Apr 9, 2025, 2:04 AM UTC
The document outlines the responsibilities and specifications for contractors involved in herbicide application projects for the government. Key points include the requirement for communication equipment, specifically mobile devices, and radios for coordination. Contractors must procure and provide all necessary herbicides, including returning any unused quantities to the government upon project completion. The contract will not be shared among multiple contractors, and it allows for water drafting from specific sites, with strict guidelines to prevent environmental damage. Contractors are tasked with surveying project areas for noxious weeds, and they must adhere to GPS tracking protocols. Off-road travel for project activities is tightly regulated, with the government permitting it on a case-by-case basis depending on environmental sensitivity. Overall, the document emphasizes safety, environmental protection, and compliance with detailed operational guidelines for the successful execution of the contract.
Apr 9, 2025, 2:04 AM UTC
This document is an amendment to solicitation number 140L2625Q0030, detailing changes and updates to a federal contract. It specifies that contractors must acknowledge receipt of the amendment through various methods before the designated deadline to ensure their offers are considered. The amendment revises Attachment 1, which outlines the Performance Work Statement (PWS), and includes responses to vendor inquiries. The Period of Performance for the updated contract is set from April 28, 2025, to September 30, 2025. The document emphasizes the importance of compliance with the outlined changes and conditions to maintain the contract's validity and addresses administrative modifications as per federal regulations. Overall, the amendment serves to clarify expectations and facilitate smooth ongoing operations regarding the awarded contract.
Apr 9, 2025, 2:04 AM UTC
The Bureau of Land Management (BLM) is issuing a Request for Quotation (RFQ) for herbicide application services across multiple project areas in Idaho. This solicitation aims to reduce noxious weeds over approximately 1,000 acres by applying specified herbicides, focusing first on sites with urgent weed issues due to varying plant life cycles. The contract is set aside for small businesses under NAICS code 115310, with a performance period from April 28 to September 30, 2025. Offerors are required to submit a comprehensive proposal detailing their technical capabilities, staffing plans, experience, and a completed Pricing Schedule. Key evaluation factors include technical capability, applicant qualifications, prior experience, and price. The government intends to award a Firm-Fixed Price contract to the most advantageous offeror, considering both price and other evaluation criteria. The solicitation emphasizes the need for safety, compliance with environmental standards, and registration under the Migrant Seasonal Agricultural Workers Protection Act for contractors. This initiative represents a commitment to effective land management and environmental stewardship by the federal government.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
S--SGH UNITS NOXIOUS WEED TREATMENT PROJECT
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking quotations for the S--SGH Units Noxious Weed Treatment Project in the Helena, Montana area. The project involves applying contractor-furnished herbicides to control invasive species, including Spotted knapweed, Dalmatian toadflax, and Canada thistle, across three timber harvest units totaling 500 acres, with work scheduled between June 1 and August 30, 2025. This initiative is part of federal efforts to manage invasive species and protect local ecosystems, and it is set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million. Interested contractors should prepare for a Request for Quotation (RFQ) expected to be issued around April 25, 2025, with quotations due by May 23, 2025; for further information, contact Christine Mundt at cmundt@blm.gov or (406) 896-5030.
Dworshak Treatment of Noxious and Pest Weeds
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors to provide non-personal services for the treatment of noxious and pest weeds on lands surrounding Dworshak Dam and Reservoir in Idaho. The contract involves chemical and mechanical treatments targeting various invasive weed species across approximately 168 acres, with specific requirements for herbicide application and adherence to safety and environmental regulations. This initiative is crucial for managing natural resources and ensuring the ecological integrity of the area, which supports recreational activities and public safety. Interested contractors must possess a valid Idaho State Professional Pesticide Applicator’s License and submit proposals by the deadline, with the performance period set from May 1 to August 31, 2025. For further inquiries, contact Gregory Moyer at Gregory.Moyer@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil.
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.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
Intermountain Stewardship BPA
Buyer not available
The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
F--BLM NORWOOD RIM MECHANICAL FUELS REDUCTION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Norwood Rim Mechanical Fuels Reduction project, which aims to reduce hazardous fuel loads on 150 acres of BLM land northeast of Norwood, Colorado. The project involves cutting and piling Pinyon and Juniper trees to achieve appropriate crown spacing, with work scheduled to commence between September 2 and October 14, 2025. This initiative is crucial for enhancing land management and environmental protection efforts in the region. Interested vendors must submit their quotes electronically by May 16, 2025, and may inquire about the project until May 12, 2025; a site visit for bidders is scheduled for May 6, 2025. For further information, contractors can contact Daniel Rosales at drosales@blm.gov.
F--WOLFHOLE LAKE LRP-S. SEEDING APPLICATION
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to participate in the Wolfhole Lake Landscape Restoration Project, specifically for a seeding application across 273 acres of BLM-administered lands in Mohave County, Arizona. The objective of this procurement is to enhance vegetative species diversity by seeding native plants, which will improve wildlife habitat and rangeland health prior to planned mastication work over a larger area. This initiative is crucial for restoring ecosystems and managing invasive species, thereby promoting environmental conservation efforts. Interested contractors must submit their proposals, including pricing details, by May 12, 2025, to Cynthia Markum at cmarkum@blm.gov, with the contract award contingent upon the availability of funds and compliance with federal regulations.
B--VEGETATION SURVEY PROJECTS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Vale Vascular Plant Surveys project in Oregon, aimed at conducting comprehensive botanical assessments across approximately 9,671 acres. The primary objectives include identifying and mapping target vascular plant species and noxious weeds, while providing detailed ecological descriptions of the surveyed areas over a performance period from May 15, 2025, to July 20, 2027. This initiative underscores the importance of environmental stewardship and the conservation of biodiversity, particularly in the Vale District, and is restricted to small businesses under the NAICS code 541620. Interested parties must submit their proposals by May 8, 2025, and direct any inquiries to Linda Neely at lneely@blm.gov or by phone at 458-899-4077.
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.