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
    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
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    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.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    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.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    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.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    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.