EXEMPTION AREA NOXIOUS WEED CONTROL
ID: 140L3625Q0042Type: Combined Synopsis/Solicitation
AwardedMay 23, 2025
$42K$42,000
AwardeeMONTURE CREEK LAND MANAGEMENT, INC. 15019 S SPERRY GRADE RD Bonner MT 59823 USA
Award #:140L3625P0042
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL FERTILIZATION/SPRAYING (F001)

Set Aside

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

    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.

    Point(s) of Contact
    Brailer, Christopher
    (406) 896-5196
    40689650200000
    cbrailer@blm.gov
    Files
    Title
    Posted
    The document provides a comprehensive list of various adjuvants, specifically focusing on liquid surfactants used in agricultural practices. It details the adjuvant's type, trade name, manufacturer, and registration numbers across various states. The primary purpose is to give stakeholders, potentially including government agencies and agricultural businesses, a resource for identifying available chemical products for enhancing the effectiveness of pesticides and fertilizers. The adjuvants are categorized by type, including non-ionic surfactants and oil-based crop oil concentrates, with specifications regarding their formulations. This information is particularly relevant within the context of federal and state procurement processes, enabling informed decision-making regarding environmental safety and regulatory compliance in agricultural applications. Overall, the document serves as a crucial reference point for ensuring that the correct and appropriately regulated adjuvants are utilized in agricultural practices.
    The document provides a comprehensive summary of various herbicides, detailing their common names, trade names, manufacturers, concentrations, and corresponding EPA registration numbers. The listings include a range of herbicides such as Aminocyclopyrachlor, Aminopyralid, and Glyphosate, among others, with specific attention to their active ingredient concentrations expressed in pounds per gallon or percentages. This information serves as a valuable resource for agricultural professionals, policymakers, and regulatory bodies, ensuring transparent access to herbicide options and their attributes. The organized structure facilitates easy reference for decisions related to pest management in compliance with federal and state guidelines. Overall, this document aims to support effective herbicide selection while adhering to environmental safety standards and promoting responsible usage in agricultural practices.
    The Bureau of Land Management (BLM) requires noxious weed control on approximately 171.5 acres in Lawrence County, South Dakota. The targeted weeds include St. Johnswort and others like Common Tansy and Leafy Spurge. Treatment will occur from June 25 to August 11, 2025, with all records due by the final day of the contract. Contractors must provide a General Work Plan, comply with pesticide laws, and ensure personnel are licensed for herbicide application. Specific methods of application, including compliance with regulations regarding equipment and chemical usage, are outlined. GPS mapping of infestations is required, alongside recording treatment outcomes and compliance inspections by BLM. The document emphasizes safety, including public signage during operations, and identifies potential ground nesting bird regulations that must be adhered to. The contractor is also responsible for hazard mitigation and adhering to environmental protections, especially near sensitive habitats. The overall goal is to effectively manage invasive plant species while ensuring compliance with local and federal regulations.
    The document outlines the Spruce Gulch Integrated Pest Management (IPM) Project slated for 2025, which is managed by the U.S. Department of the Interior's Bureau of Land Management (BLM). The project is situated on a 171.5-acre plot and is divided into various units, each with specified acreage dedicated to pest management efforts. The project aims to enhance ecological health in the area surrounding Belle Fourche, South Dakota, through targeted management strategies. The map included provides a visual representation of the project location and delineates the different operational units. Collaborators on this project include notable contributors from Esri Community Maps, South Dakota Game Fish and Parks, and various governmental agencies, emphasizing a multi-agency approach to land management. The planning and execution of this project reflect the BLM's commitment to sustainable practices and ecological stewardship while addressing pest control efficiency.
    The Spruce Gulch Integrated Pest Management (IPM) initiative, located within a 171.5-acre area managed by the Bureau of Land Management (BLM) in South Dakota, aims to address pest control and land management issues effectively. The document includes a vicinity map that outlines various units designated for specific land uses: Spruce Units 1 through 8. The management area encompasses BLM, private, state, and USFS lands, indicating a collaborative approach to resource management. The initiative highlights the importance of integrated pest management strategies while ensuring compliance with federal and state regulations. It presents a comprehensive framework intended for stakeholders involved in land management activities, focusing on sustainability and ecological balance.
    The document pertains to the Past Performance Questionnaire (PPQ) for a solicitation (No: 140L3625Q0042) related to the Exemption Area Weed Treatment project by the U.S. Department of the Interior, Bureau of Land Management. It seeks evaluations of a company's past performance from an evaluator, which includes key aspects such as the relationship with the client, corporate management, quality control, and ability to meet schedules. Ratings range from 'Outstanding' to 'Unacceptable,' guiding evaluators to provide detailed input for each category. Questions include whether any negative notices were issued, customer satisfaction, and if the company had opportunities to address any performance issues. The overall purpose of the PPQ is to assess the company's reliability and performance history to inform future contract decisions, ensuring only qualified entities are engaged in federal projects.
    The document outlines a Request for Quote (RFQ) issued by the Bureau of Land Management (BLM) for Noxious Weed Control services in Montana. The solicitation, numbered 140L3625Q0042, emphasizes a firm-fixed-price contract and is exclusively designated for small businesses with a NAICS code of 115112. Proposals must be submitted via email to the contracting officer, Christopher Brailer, by May 15, 2025. Key details include a performance period from June 25, 2025, to August 11, 2025, and requirements for the submitted quotes to be valid for at least 60 days. Interested companies must maintain active registration in the System for Award Management (SAM) and complete all relevant federal representations and certifications. The contracting process adheres to federal regulations and encourages a fair evaluation of submissions based on price and past performance. There are specific provisions for contacting the contracting officer with questions and concerns, and the document emphasizes the importance of compliance with all instructions to avoid disqualification during the bidding process. Overall, this RFQ reflects the government's intent to manage invasive plant species effectively while allowing competitive bidding from qualified vendors.
    The document presents Wage Determination No. 2015-5377 from the U.S. Department of Labor under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in South Dakota counties. It specifies that contracts awarded post-January 30, 2022, must adhere to the minimum wage of $17.75 per hour, in line with Executive Order 14026. The document includes a comprehensive list of job classifications, corresponding wage rates, and outlines contractor obligations regarding fringe benefits, sick leave, and uniform allowances. Additionally, it details the conformance process for any unlisted job categories to ensure fair compensation. By mandating minimum wages and benefits, the document underscores the federal government’s commitment to protecting workers employed under service contracts, aiming to establish equitable labor standards across various occupations. The documentation serves as a critical reference for compliance in federal contracting, illuminating the complexities of wage determination and workers' rights within government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    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.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Jackson Hole Levee Vegetation Spraying
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    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.