Soda Hills Shrub Purchase
ID: 140L2625Q0027Type: Combined Synopsis/Solicitation
AwardedApr 8, 2025
$26K$26,040
AwardeeDESERT SAGE FARM LLC 4168 N 4000 W Mackay ID 83251 USA
Award #:140L2625P0037
Overview

Buyer

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

NAICS

Nursery and Tree Production (111421)

PSC

SEEDS AND NURSERY STOCK (8730)

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 25,000 antelope bitter brush and 3,000 big sagebrush seedlings for the Soda Hills Shrub Purchase project in Pocatello, Idaho. The contractor will be responsible for growing, packaging, and delivering the shrubs by April 11, 2025, ensuring they meet specific health and size requirements for ecological restoration efforts. This procurement is part of a broader initiative to support environmental sustainability and local wildlife habitats. Interested parties must submit electronic quotes by April 3, 2025, and direct any questions to Heather McBride at hmcbride@blm.gov by March 28, 2025.

    Point(s) of Contact
    McBride, Heather
    (208) 373-3993
    (208) 373-3949
    hmcbride@blm.gov
    Files
    Title
    Posted
    The document presents the Pricing Schedule for the purchase of native plant plugs specifically for the Soda Hills area. It outlines two primary items: 3,000 Soda Hills Sagebrush plugs (Item 0001A) and 25,000 Soda Hills Bitterbrush plugs (Item 0002B), both measured in each (EA). The format suggests a federal or local government procurement initiative where the bidders must provide a total price for these items, indicating a focus on native reforestation or ecosystem restoration efforts. The request for an "ALL OR NONE" total emphasizes the requirement for bidders to propose a comprehensive offer, possibly to ensure ecological integrity and cost-effectiveness in fulfilling the project’s goals. This document is part of a broader effort to support environmental sustainability through strategic planting in the Soda Hills region.
    The document outlines the Offeror Representations and Certifications for federal procurement of commercial products and services. It specifies that Offerors must complete certain sections based on whether they have submitted their representations and certifications electronically through the System for Award Management (SAM). Definitions are provided for key terms such as "economically disadvantaged women-owned small business" and "small disadvantaged business concern." The provisions require Offerors to disclose their business classification (e.g., small business, veteran-owned, women-owned) and certify compliance regarding labor standards, tax liabilities, and restrictions related to sensitive technologies and child labor. Additionally, it includes certifications concerning operations in countries like Sudan and stricter scrutiny for corporations with unpaid tax liabilities or felony convictions. The main purpose is to ensure compliance with federal regulations and encourage participation from various types of businesses while maintaining ethical standards in government contracting. The document serves as a framework to inform potential Offerors of their responsibilities and mandatory disclosures in the procurement process.
    The document outlines the specifications for a government procurement of seedlings for the Soda Hills project, focusing on the delivery and packaging of antelope bitter brush and big sagebrush. The required delivery date is set for April 11, 2025, with instructions for pick up by government or authorized personnel from a refrigerated site within 100 miles of the Pocatello Field Office. The contract stipulates the contractor is responsible for growing and packaging approximately 25,000 antelope bitter brush and 3,000 big sagebrush seedlings, ensuring they are in healthy condition, greater than 3 inches in height, and stored properly with moist dirt plugs to prevent drying. The seedlings must be packaged consistently in boxes, with allowable variation in quantity, and any damaged or lost plants during the contractor's custody will not be compensated by the government. The focus of this procurement is to ensure the delivery of healthy, viable plants for ecological restoration efforts, critical for supporting local wildlife and habitats. This RFP serves as part of the government's broader initiatives in environmental restoration and conservation.
    The document serves as a combined synopsis and solicitation for the purchase of specific shrub species by the Bureau of Land Management (BLM), specifically 25,000 antelope bitter brush and 3,000 big sagebrush. This Request for Quotation (RFQ) sets aside the project for small businesses under NAICS code 111421 and establishes a size standard of $3,250,000. Offers must demonstrate compliance with technical specifications, proposed delivery schedules, and competitive pricing. The finalized shrubs should be available for pickup by April 11, 2025, at the Pocatello Field Office in Idaho, with all delivery costs included in the quoted price. Bid submissions must follow specific content instructions, including a completed pricing schedule and product data. The proposal evaluation will focus on technical capability, delivery schedule, and cost, emphasizing the best overall value rather than merely the lowest price. A thorough understanding of procurement regulations and clauses related to small businesses, tax exemptions, and invoicing procedures is vital, along with the requirement to submit proposals electronically. The deadline for questions is March 28, 2025, with final quotes due by April 3, 2025. The contact for submissions is Heather McBride at the BLM.
    Lifecycle
    Title
    Type
    Soda Hills Shrub Purchase
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    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.
    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.