Grape Field Fumigation Services for Parlier, CA
ID: 12905B25Q0046Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide grape field fumigation services in Parlier, California, under solicitation number 12905B25Q0046. The primary objective is to manage nematode populations and improve soil health for a grape breeding program by applying the fumigant Telone using the Tarped Shank Application Method over two plots totaling 4.5 acres. This procurement reflects the government's commitment to enhancing agricultural practices while ensuring compliance with safety regulations and labor standards. Interested small businesses must submit their quotations by April 7, 2025, to Katharina O'Reilly at katharina.oreilly@usda.gov, and are encouraged to review the attached documents for detailed requirements and wage determinations applicable to the contract.

    Point(s) of Contact
    Katharina O'Reilly
    katharina.oreilly@usda.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotations (RFQ) from the USDA Agricultural Research Services (ARS), specifically for fumigation services at Grape Breeding Fields in California, as part of a total small business set-aside. Issued on March 24, 2025, the RFQ requires contractors to submit quotations by April 7, 2025, specifying a firm fixed price for the service. The evaluation process emphasizes price competitiveness, prior experience, certification for handling fumigants, and past performance. Interested parties must be registered in the System for Award Management (SAM) and submit required documentation, including prior project experience and training certifications. A detailed checklist for submission includes instructions for electronic quoting and compliance with various federal regulations. The awarded contractor is expected to comply with specific federal acquisition regulations while ensuring adherence to all applicable laws and codes. This procurement initiative reflects the government's focus on engaging small businesses in fulfilling specific agricultural research needs while maintaining compliance and safety standards throughout the contracting process.
    The document pertains to Amendment 0001 of solicitation number 12905B25Q0046, issued by the USDA Agricultural Research Service (ARS) regarding a contract modification. The amendment includes instructions for contractors to acknowledge receipt of the amendment through various means, ensuring changes to previously submitted offers are communicated before the specified deadline. A key aspect of this amendment addresses a question about a permit related to the use of Telone, which has now been provided as an attachment. The period of performance for the contract is set from May 1, 2025, to June 30, 2025. The amendment maintains that all terms and conditions of the original solicitation remain unchanged except where explicitly stated. The document’s purpose is to clarify procedures and update contractors on necessary information for compliance with the solicitation requirements, reflecting the structured nature of government contract modifications and communication protocols.
    The Agricultural Research Service (USDA-ARS) seeks a contractor for fumigation services at its facility in Parlier, California, focusing on improving soil health for a grape breeding program. The specific task involves fumigating two plots totaling 4.5 acres to manage nematode populations and other soil-borne issues that have arisen over two decades of planting in the same soil. The contractor is expected to apply the fumigant Telone using the Tarped Shank Application Method, which ensures effective treatment by covering the fumigated area to trap the gas. The USDA will prepare the soil while the contractor handles Telone application, including compliance with safety standards. The anticipated period for this project is 60 days, and performance is expected at the specified USDA facility. This initiative underscores the government's commitment to addressing agricultural challenges and ensuring optimal crop yields through scientific and technical advancements in soil management.
    The document outlines the Wage Determination No. 2015-5609, issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage rates for various occupations in California, specifically Fresno County, effective for contracts entered post-January 30, 2022, requiring contractors to adhere to Executive Orders 14026 and 13658. Workers must be compensated at least $17.75 or $13.30 per hour based on contract timelines. The file lists numerous job classifications with corresponding wage rates and emphasizes annual adjustments to these rates. It details additional benefits, including health and welfare provisions, paid sick leave requirements, vacation entitlements, and holiday pay. The document also describes the conformance process for unlisted job classifications under the wage determination. Its purpose serves the federal contracting community by providing structured wage standards and compliance guidelines, ensuring fair compensation and labor protections for employees under government contracts.
    The United States Department of Agriculture, specifically the Agricultural Research Service at the San Joaquin Valley Agricultural Sciences Center, requires a soil treatment to control the Vine mealybug and various destructive plant parasitic nematodes. TELONE™ II, the only fumigant approved by the EPA and permissible under California state law following the phase-out of methyl bromide, will be used. The justification for limiting competition is due to the lack of other effective soil fumigants, as several alternatives pose significant human health risks and are not available for use. Market research was deemed unnecessary, confirming TELONE™ II as the sole viable option. The approval process outlines that the contracting officer and supervisory contracting officer validate this sole source procurement as compliant with federal regulations. The document underscores the agency’s commitment to enhancing American agriculture through effective pest control solutions while adhering to safety regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Agriculture Outlease for NWS Seal Beach Parcel 4B01
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is inviting bids for the agricultural outlease of approximately 764 acres of land at Naval Weapons Station Seal Beach, California, specifically Parcel 4B01. The lease encompasses around 560 farmable acres, 200 acres designated for grazing and maintenance, and 4 acres for laydown, with a firm term of four years starting from February 1, 2026, to January 31, 2030, and includes six optional one-year extensions. This opportunity is significant for agricultural operations, as it allows for the cultivation and maintenance of crops while adhering to environmental regulations and military land use requirements. Interested bidders must submit sealed bids by December 17, 2025, at 2:00 PM Pacific Time, and can direct inquiries to Brad Stevenson at (619) 705-4477 or via email at bradley.a.stevenson6.civ@us.navy.mil.
    12444123F0093 Cultural Resource Survey for the White Grape Bend Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking services for a Cultural Resource Survey related to the White Grape Bend Project, as outlined in the Blanket Purchase Agreement (BPA) call 12444123F0093. This task order, issued on April 28, 2023, falls within the scope of existing contract(s) 1243ZP18A0010 and aims to ensure compliance with cultural resource management standards in the project area located in Murphy, North Carolina. The procurement process followed FAR guidelines, confirming that this approach is the most cost-effective means of obtaining the necessary services, with the award made to a Small Business and exempt from subcontracting plan requirements. Interested parties can reach out to David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further details.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    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.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Agriculture Outlease for NWS Seal Beach Parcel 4A01
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is offering a lease for agricultural purposes at Naval Weapons Station Seal Beach, California, specifically for Parcel 4A01, which encompasses approximately 1,134 acres. The lease is structured with a firm term of four years, from February 1, 2026, to January 31, 2030, and includes options for six additional one-year extensions, emphasizing the need for agricultural use while adhering to environmental regulations and military activities. Interested bidders must submit sealed bids by December 17, 2025, at 2:00 PM Pacific Time, along with a bid deposit and completed documentation, including an Agricultural Lease Defense Production Act Questionnaire. For further inquiries, bidders can contact Brad Stevenson at (619) 705-4477 or via email at bradley.a.stevenson6.civ@us.navy.mil.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.