F--WY GL GU WEED & PEST
ID: 140R6025Q0022Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

Landscaping Services (561730)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Bureau of Reclamation, part of the Department of the Interior, is soliciting quotes for weed control services at the Glendo and Guernsey Powerplant Operations Areas in Wyoming, under Solicitation No. 140R6025Q0022. The contract requires the control of woody and broadleaf weeds on federal lands, with specific performance periods from May 1, 2025, to September 30, 2030, and additional pesticide support from April 1, 2025, to March 31, 2026. This initiative underscores the federal government's commitment to environmental management and land stewardship, ensuring compliance with safety and herbicide regulations. Interested small businesses must acknowledge receipt of amendments, participate in a mandatory site inspection on April 3, 2025, and submit their proposals by the specified deadlines; for further inquiries, contact Melissa Parkison at MParkison@usbr.gov or call 801-524-3880.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 1:08 PM UTC
The document outlines Amendment No. 0002 for Solicitation No. 140R6025Q0022, which includes changes to a federal project concerning the Glendo and Guernsey Dam and Powerplant areas. It emphasizes the incorporation of maps, tables, and photos to aid in the solicitation process. The deadline for quote submission remains unchanged, and it is specified that recipients must forward the amendment to any third parties who have received prior copies of the solicitation. The provided maps and data are for general reference, intended to assist in identifying key locations related to the project. This adjustment reflects ongoing efforts to ensure transparency and clarity in RFP processes related to federal grants and state or local proposals, emphasizing the importance of accurate and comprehensive information in project planning and execution.
Apr 4, 2025, 1:08 PM UTC
The Bureau of Reclamation is seeking quotes for weed control services at Glendo and Guernsey Powerplant Operations Areas in Platte County, Wyoming, as detailed in Solicitation No. 140R6025Q0022. This request for quotation is specifically set aside for small businesses, given the NAICS classification of 561730 for Landscaping Services. The contract will involve controlling woody and broadleaf weeds on federal lands, with specific application periods designated for different types of treatments and strict adherence to safety and herbicide regulations. Contractors must be certified by the State of Wyoming and are responsible for site access, safety plans, and annual pesticide use reporting. A mandatory site inspection is scheduled for April 3, 2025, where potential contractors will familiarize themselves with various locations to be treated. The performance period for the contract is expected to begin on April 1, 2025, with an option for up to four additional years. The selection process will prioritize technical capability and price to identify the most advantageous offer for the government. Necessary submittals for contractor qualification include insurance certificates, chemical lists, and safety plans, which must adhere to federal guidelines. All services rendered will be subject to government inspection and approval to ensure compliance with established standards.
Apr 4, 2025, 1:08 PM UTC
This document serves as an amendment to solicitation 140R6025Q0022 issued by the Bureau of Reclamation's Missouri Basin Regional Office. The amendment requires acknowledgment of receipt by bidders before the specified hour and date to prevent the rejection of their offers. Furthermore, it details the procedures for submitting changes to proposals and introduces the current Wage Determination relevant to the solicitation. The contract period is defined from May 1, 2025, to September 30, 2030. The amendment is intended to modify the existing contract or solicitation by updating administrative data and ensuring compliance with federal contracting regulations (FAR). The contractor is not required to sign this amendment unless indicated otherwise. The document emphasizes the need for adherence to the amendment for the continuation of the bidding process. Overall, this amendment reiterates the importance of proper protocol in federal solicitation processes.
Apr 4, 2025, 1:08 PM UTC
The document is an amendment to a government solicitation, identified as 140R6025Q0022, issued by the Bureau of Reclamation for a project involving additional documentation and requirements. It specifies that contractors must acknowledge receipt of this amendment by certain methods to ensure their offers are considered valid. The amendment adds maps, treatment tables, and site photos to the original solicitation. The period of performance for the contract is from May 1, 2025, to September 30, 2030. Additionally, it outlines administrative procedures for modifying contracts and emphasizes that the terms of the original solicitation remain in effect unless otherwise specified. This amendment illustrates the ongoing procedural dynamics typical within federal RFP processes, ensuring all relevant updates are communicated to potential offerors for compliance and clarity.
Apr 4, 2025, 1:08 PM UTC
This document is a Request for Quotation (RFQ) issued by the Bureau of Reclamation for the control of woody and broadleaf weeds on designated Reclamation lands. The contract involves two primary tasks: weed control at the Glendo Dam & Facilities, with a performance period from May 1, 2025, to September 30, 2030, and pesticide support at the Guernsey Dam & Facilities for the period of April 1, 2025, to March 31, 2026. The contractor must provide services in accordance with federal standards, specifically referencing the North American Industry Classification System (NAICS) for small business eligibility. The document outlines delivery terms, payment structure, and includes crucial administrative details such as contact information and solicitation specifications. Invoices are to be submitted according to provided addresses, and the contractor is required to adhere to federal acquisition regulations. This RFQ emphasizes the importance of environmental management and provides a framework for the contracting process associated with these environmental control services, reflecting the federal government’s ongoing commitment to land management initiatives.
Apr 4, 2025, 1:08 PM UTC
The document appears to be a corrupted or unreadable file containing information likely related to federal grants, RFPs, or project proposals. Due to the illegibility and extensive formatting issues, the main topic or purpose is obscured, hindering the ability to extract key ideas or structural details effectively. It is expected that such documents typically outline funding opportunities for government projects, specifying eligibility requirements, application processes, project scopes, and deadlines, which are vital for potential applicants. However, due to the file's compromised state, no coherent summary can be drawn. The document's intended content likely covered important aspects of government funding or contractual opportunities, but as it stands, it is not possible to provide a structured or informative overview of the material. Future efforts may benefit from accessing a clearer version of the document to ensure accurate extraction of relevant details and key points for analysis. Therefore, it is crucial to obtain a properly formatted copy to fulfill the necessary requirements of dissecting government-related documentation effectively.
Lifecycle
Title
Type
F--WY GL GU WEED & PEST
Currently viewing
Solicitation
Similar Opportunities
OWYHEE DESERT HERBICIDE WEED TREATMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Owyhee Desert Herbicide Weed Treatment project, which aims to manage invasive and noxious weeds across approximately 4,247 acres in Elko County, Nevada. Contractors will be responsible for providing and applying herbicides, adhering to strict environmental guidelines and safety protocols, including the completion of Pesticide Application Records (PARs) and compliance with federal acquisition regulations. This initiative underscores the government's commitment to effective land management and ecological health, with a total small business set-aside to encourage participation from small business concerns. Proposals are due by April 18, 2025, and interested parties can direct inquiries to Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742.
SUSIE EAST HERBICIDE WEEDS TREATMENT
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting proposals for the Susie East Herbicide Weeds Treatment project, aimed at managing invasive weed species across approximately 4,606 acres in Elko, Nevada. The contractor will be responsible for the ground-based application of specified herbicides, including 2,4-D and Chlorsulfuron, while adhering to environmental regulations and ensuring the protection of nearby water sources. This initiative is critical for preserving local ecosystems and managing invasive species effectively, reflecting the government's commitment to sustainable land management practices. Interested small businesses must submit their proposals by the specified deadline, with the contract anticipated to commence on June 2, 2025, and conclude by July 18, 2025. For further inquiries, potential bidders can contact Matthew Merritt at mbmerritt@blm.gov or by phone at (775) 861-6742.
SUSIE WEST HERBICIDE WEED TREATMENT
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the Susie West Herbicide Weed Treatment project, aimed at managing invasive weed species across approximately 4,546 acres in Elko County, Nevada. The project requires contractors to supply and apply specific herbicides, surfactants, and dyes, adhering to strict environmental guidelines and application rates, with a performance window from June 2 to July 18, 2025. This initiative is critical for ecological management and habitat protection, reflecting the federal commitment to controlling noxious weeds and restoring public access roads post-treatment. Interested small businesses must submit their proposals by April 18, 2025, and can contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742 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.
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.
Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying IDIQ 2025-2030
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is soliciting proposals for the "Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying IDIQ 2025-2030" contract, which is set aside for small businesses. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to provide weed spraying services to control noxious weeds and invasive species on lands managed by the USACE, with a focus on maintaining environmental integrity while promoting small business participation, particularly from Women-Owned Small Businesses (WOSB). The contract will span a period of five years, with a maximum value of $249,000, and proposals are due by April 18, 2025. Interested contractors should contact Brianna Wohlers at Brianna.N.Wohlers@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.
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.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
F--Noxious, Invasive, and Nuisance Species Treatments, St. Mary Canal Drop Structu
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, intends to award a sole-source purchase order to the Blackfeet Tribe for the treatment of noxious, invasive, and nuisance species surrounding the St. Mary Canal Drop Structures in Glacier County, Montana. This procurement aims to address the ecological concerns arising from the reconstruction of these structures, which has led to increased weed management issues affecting local habitats and adjacent landowners. The Blackfeet Tribe's Noxious Weed Program will be responsible for identifying and controlling these invasive species in compliance with state and federal regulations. Interested vendors must submit a Letter of Interest by April 18, 2025, and be registered in the System for Award Management (SAM) database, with the anticipated Request for Quote expected to be issued around May 15, 2025, and the contract award projected for June 30, 2025.
TUSCARORA HERBICIDE WEEDS TREATMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting proposals for the Tuscarora Herbicide Treatment project, which aims to control invasive and noxious weeds across approximately 2,091 acres in Elko County, Nevada. Contractors will be responsible for supplying herbicides, adjuvants, and equipment, adhering to strict environmental safety protocols, including operational restrictions to protect local wildlife, particularly the sage grouse. This project is part of broader efforts to manage land effectively while supporting small business participation, as it is a total small business set-aside under NAICS code 115310. Interested parties should contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742, with proposals due by June 19, 2025.