F--Special Status Botany Surveys, South Zone, Eugene, Oregon; Northwest Oregon Dis
ID: 140L4325Q0022Type: Presolicitation
AwardedApr 23, 2025
$738.2K$738,223
AwardeeLORING SCOT 935 BELLVIEW AVE Ashland OR 97520 USA
Award #:140L4325P0062
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking contractors to conduct Special Status Botany Surveys in the South Zone of Eugene, Oregon, as part of a five-year contract initiative. The primary objectives include comprehensive surveys of special status vascular plants, lichens, and bryophytes, along with the mapping and analysis of noxious and invasive weeds to ensure compliance with environmental regulations. This procurement is crucial for supporting biodiversity conservation efforts and managing ecological health in federally managed lands. Interested contractors should contact Tiffany Eslinger at teslinger@blm.gov or (503) 808-6521, with the contract performance period set from May 1, 2025, to April 30, 2030, and a total small business set-aside designation under FAR 19.5.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Amendment 0001 for solicitation number 140L4325Q0022, issued by the Bureau of Land Management (BLM) for Special Status Botany Surveys in the South Zone of Oregon. It outlines necessary modifications to the original solicitation, particularly addressing vendor inquiries regarding survey areas and unit sizes. The amendment emphasizes that vendors must acknowledge receipt by specific methods to avoid rejection of their offers. It includes details on the period of performance, which is set from May 1, 2025, to April 30, 2030. The Q&A section clarifies that the survey areas will involve a mix of locations from the Cascades and Coast Ranges, with average unit sizes around 300 acres, ranging from 20 to 640 acres. The document serves to provide essential updates and clarifications in the context of federal procurement for environmental surveys, ensuring that potential contractors have the information needed to submit compliant proposals.
    The document outlines the amendment and scope of solicitation 140L4325Q0022 for conducting Special Status Botany Surveys in the South Zone within the Bureau of Land Management (BLM), Northwest Oregon District. The contract includes a firm fixed-price for services over five years, consisting of one base year and four optional years. Key tasks involve surveying special status vascular plants, lichens, and bryophytes, alongside mapping noxious and invasive weeds, to ensure compliance with environmental regulations. The project emphasizes fieldwork quality, safety, and the use of precise methodologies for data collection, including GIS technologies for mapping sites. The contractor is responsible for all necessary equipment and trained personnel, while the government will provide access maps, aerial photos, and flagging materials. Detailed protocols are established for site access, wildlife protection, quality control, and documentation of findings. The contract specifies payment terms, performance evaluation processes, and strict adherence to environmental legislation governing waste management and hazardous materials. This agreement reflects the federal commitment to ecological preservation and compliance with legislation regarding biodiversity and land management.
    The document presents a Special Status vascular plant list specific to the Siuslaw and Upper Willamette Field Offices, detailing various plant species that are documented or suspected to exist within the Northwest Oregon District. It categorizes species based on their conservation status, ranging from "Federal Threatened" to "ORBIC List 4," which indicates species of conservation concern but not currently at risk of extinction. The list includes critical details about the range, nearest sites, habitat preferences, and conservation status of each species. Key points include species such as the "golden paintbrush" (Federal Threatened) and the "Howell's bentgrass" (State Candidate), highlighting their specific environmental requirements and geographical distribution. The document aims to aid in the understanding and management of native plant biodiversity in Oregon, which is essential for federal and state conservation efforts. Overall, the list serves as a reference for conservationists, government agencies, and environmental planners, reflecting ongoing initiatives to monitor and protect sensitive plant species in the region, potentially influencing future federal grants and collaborative environmental projects.
    The document provides a comprehensive list of lichen and bryophyte species that are either documented or suspected within the Siuslaw and Upper Willamette Field Offices in Northwest Oregon, as of July 11, 2024. It organizes species information into categories based on their conservation status, geographic range, habitat preferences, and taxonomic references. Species are classified according to the Oregon Biodiversity Information Center (ORBIC) lists, which provide insight into their level of threat or conservation concern. The report highlights both lichens, such as Anaptychia crinalis and Bryoria bicolor, and bryophytes, including Andreaea nivalis and Bartramia stricta. The document serves as a vital resource for ecologists and conservationists to monitor these species and inform management strategies. The overarching purpose is to support biodiversity conservation efforts within federal and state RFPs by identifying species that may require further protection and study within the region, ensuring the preservation of ecological health and diversity.
    The Vascular Plant Special Status Site Form for the Northwest Oregon District is a standardized document used for the assessment and monitoring of special status vascular plants. It includes sections for recording essential data such as scientific and site names, legal descriptions, observer information, and the specifics of the site's ecological conditions. Observers note the total plant quantity, cover percentages, and site status (e.g., occupied or extirpated). The form also captures habitat characteristics, phenological stages of the plants, and associated species, differentiating between trees, shrubs, and herbs. Threat assessments and collection data are documented to inform conservation efforts. This comprehensive form plays a critical role in preserving plant species within the context of government-funded initiatives, ensuring environmental regulations and ecological health are maintained across federal, state, and local jurisdictions. Overall, the form functions as a vital tool for ecological tracking and conservation management, aligning with broader goals of biodiversity preservation and habitat protection.
    The "Bryophyte and Lichen Special Status Site Form" outlines a standardized process for documenting the presence and condition of bryophyte and lichen species in the Northwest Oregon District. Key fields include scientific name, site identification, GPS coordinates, and site description. Observers record data on species abundance, site status, potential threats, and habitat conditions such as slope, aspect, and vegetation cover. Important details also encompass associated species, phenology, and any threats to the habitat. The form supports data collection for conservation efforts by ensuring thorough documentation of significant ecological sites. This initiative aligns with government objectives to protect biodiversity by facilitating tracking and monitoring of special status species in federally funded programs and grants. Overall, the form serves as an essential tool for conservationists and researchers in managing and preserving endangered and sensitive plant ecosystems.
    The Northwest Oregon District Bureau of Land Management (BLM) uses a Vascular Plant Survey Form to assess vegetation in designated areas. The form's structure includes sections for the field office, project details, dates surveyed, and surveyors' information. Key outcomes of the survey are categorized into five main areas: the identification of Special Status species, the need for additional fieldwork, the discovery of out-of-season plant habitats, confirmation of no Special Status species present, and the identification of noxious weeds. Additionally, surveyors are required to provide a brief description of the various plant habitats encountered during the survey, detailing dominant trees, shrubs, and herbaceous species. This thorough documentation, including maps and species lists, supports ecological assessments and informs future management decisions. This form is integral to federal grant applications and Requests for Proposals (RFPs) related to environmental studies, ensuring compliance with environmental regulations and promoting biodiversity conservation efforts in the region. The use of this standardized tool facilitates data collection and analysis necessary for management strategies within government projects related to land and environmental stewardship.
    The document is a survey form used by the Northwest Oregon District BLM to systematically document lichen and bryophyte surveys in assigned field office projects. It includes sections for surveyor details, project information, survey date, and survey methods. Surveyors are required to indicate if any special status species were located, providing names and details, or confirm that no special status species were found, which allows the work to proceed without further investigation. A labeled map and species list must accompany the submission, along with a description of the habitat types examined, including details on tree and shrub species, age, condition, and lichen or bryophyte communities encountered. This form serves as documentation for ecological assessments critical for informing conservation efforts and potential project approvals in alignment with environmental regulations. Its structure facilitates thorough reporting on biodiversity and habitat conditions in the context of federal and possibly state grant programs, ensuring compliance with necessary ecological standards before any land management actions are taken.
    The document titled "Plant Species Checklist for BLM Sensitive Plant Survey Reports" serves to catalog native and introduced plant species observed during ecological surveys. The checklist is structured into several sections, categorizing species into native species, introduced species, and noxious/invasive weeds. Each section contains a list of species, allowing observers to mark their presence during surveys. The native species include a wide array of plants such as Abies grandis and Acer macrophyllum, while the introduced section lists species like Agrostis capillaris and Daucus carota. This checklist is vital for federal and state initiatives aimed at protecting sensitive habitats and informing resource management decisions. The detailed recording of plant species aids in assessing ecological health and potential impacts of proposed projects, making it a key component in compliance with environmental standards set forth in government RFPs and grants. Additionally, the document highlights the presence of invasive species, focusing efforts on their management to preserve biodiversity. Updates noted in May 2014 suggest ongoing relevance and continuity in monitoring efforts. Overall, the checklist aids in informed decision-making and prioritizes conservation within environmental assessments.
    The document constitutes a checklist, specifically the "Lichen Checklist for BLM Sensitive Species Survey Reports," detailing various lichen species of interest within specified survey parameters including project name, date, observer, township, range, and section. The checklist includes a comprehensive list of lichen species categorized by their scientific names, allowing observers to mark the presence of particular species during surveys. This document appears to serve as a standardized tool for conducting ecological assessments related to sensitive lichen species, which are under the jurisdiction of the Bureau of Land Management (BLM). The structured list aims to ensure thorough documentation and survey reporting, critical for environmental protection and management compliance in relation to federal grants, requests for proposals (RFPs), and local initiatives concerning ecological conservation. It emphasizes the importance of lichen biodiversity within federally managed lands and aids in the preservation of sensitive species by guiding accurate field assessments.
    The "Bryophyte Checklist for BLM Sensitive Species Survey Reports" outlines essential procedures and species identification for surveying mosses, liverworts, and hornworts within designated project areas overseen by the Bureau of Land Management (BLM). This checklist serves as a tool for documenting the presence of sensitive bryophyte species during ecological surveys. The document includes a comprehensive list of various bryophyte species categorized into three groups: mosses, liverworts, and hornworts, with some species marked for specific identification verification. Key elements of the report include fields for project details such as the name, survey date, geographical coordinates, and the observer's name, emphasizing the importance of accurate data collection during surveys. Updated in 2018, the checklist aims to enhance the management and protection of sensitive bryophyte species and their habitats, which aligns with broader environmental conservation efforts and regulatory compliance as part of federal grants and RFPs. This document supports the BLM's commitment to maintaining biodiversity and ensuring environmental assessments of potential project sites effectively highlight sensitive biological resources.
    This document outlines location and verification notes pertinent to a survey project focused on a specific area in Oregon. It includes essential data such as habitat description, substrate details, elevation, aspect, slope, and light conditions, which are crucial for understanding the ecological context of the site. The survey project area is defined by detailed coordinates in UTM Zone 10, alongside the collector's information and the date of the survey. However, many fields, including verification status and associated species data, remain blank, indicating potential areas for further input or clarification. The document serves as a foundational record for ecological assessments, helpful in alignment with federal and state RFP contexts where documentation of species and habitat conditions is critical for compliance and funding eligibility.
    The document outlines the Northwest Oregon District's Noxious and Invasive Weed List designed for contract mapping, dated December 23, 2024. It categorizes various plant species by their common names, scientific names, and mapping intensity levels—ranging from low to high—indicating their ecological impact. Low-intensity weeds include Canada thistle and Bull thistle, whereas high-intensity species encompass Japanese knotweed and Himalayan blackberry, among others, categorized as Early Detection Rapid Response (EDRR) species. The list serves as a tool for managing invasive species, guiding stakeholders in identifying and addressing these plants' spread and control. It notes that the document may be updated to reflect changes in species status, emphasizing the dynamic nature of invasive species management. The purpose aligns with government efforts to allocate resources and implement strategies for ecological preservation and restoration, fitting within the larger context of federal and state environmental initiatives and funding opportunities. This document is critical for contractors and government agencies involved in habitat restoration and invasive species management.
    The Invasive Plant Site Report from the Northwest Oregon District Bureau of Land Management focuses on documenting the presence and characteristics of invasive plant species within designated project sites. It outlines a systematic approach for reporting, including project and site identification, land ownership categorization, and species-specific data collection. Key fields in the electronic mapping include species identification, plant enumeration (total or average per area), and percent cover using defined classes (e.g., <5%, 5-25%, etc.). The report mandates the submission of a map illustrating the locations of the invasive species within a 300-foot radius, with distinct polygons for different species distribution. The document emphasizes the importance of monitoring non-native plant coverage as part of broader ecological management efforts. It serves as a vital tool for aiding future conservation planning and invasive species management in accordance with federal guidelines, significantly relevant to RFPs, grants, and local environmental awareness initiatives. Overall, the report acts as a structured framework that facilitates the collection and analysis of data necessary for mitigating the spread of invasive flora.
    The document outlines the Statement of Work for a contractor tasked with surveying Special Status vascular plants, lichens, and bryophytes, along with documenting noxious and invasive weeds within the Bureau of Land Management's Northwest Oregon District. The contractor is responsible for all necessary resources, including personnel, equipment, and transportation, to carry out fieldwork, ensuring compliance with federal regulations such as BLM Manual 6840 and Executive Order 13751. Key tasks include conducting detailed surveys using intuitive methods, collecting GPS coordinates, and providing thorough documentation of all findings, including site reports for any identified plant species. The government will furnish essential maps and gate keys, while the contractor must develop a quality control plan to ensure safety and compliance. The survey methods detailed require a skilled workforce with specific educational backgrounds in botany and related fields. The overarching goal is to support ecological monitoring and compliance with environmental regulations, ensuring that special plant habitats are protected during project activities. Overall, the document emphasizes rigorous data collection and analysis aimed at conservation efforts in federal lands, thereby reinforcing ecological integrity.
    The document constitutes an amendment to solicitation number 140L4325Q0022 related to botany surveys in the South Zone, Eugene, Oregon, specifically for the Northwest Oregon District BLM. This amendment, denoted as 0001, includes the release of vendor questions and answers pertinent to the solicitation. It stipulates that offers must be acknowledged by specified means before the due date to avoid rejection. The amendment clarifies the period of performance for the contract, which extends from May 1, 2025, to April 30, 2030. It highlights that the contract's terms and conditions remain unchanged except for the included modifications. The document serves as a formal notification for adjustments to procurement requirements, guiding contractors on compliance and submission protocols. Overall, it exemplifies the structured communication typically found in government requests for proposals (RFPs) and modifications related to federal grants and contracts.
    This document pertains to Amendment 0002 of Solicitation No. 140L4325Q0022 related to Special Status Botany Surveys in the South Zone of Eugene, Oregon, managed by the Bureau of Land Management (BLM). The amendment updates the contract by aligning it with new Class Deviation clauses based on Executive Orders 14148 and 14208. It mandates that all offers must acknowledge receipt of this amendment before the specified deadline to avoid rejection. The period of performance for the project is established as May 1, 2025, to April 30, 2030. Additional administrative changes are noted, and contractors are informed on how to submit alterations to their offers. This amendment is essential for ensuring compliance with updated federal guidelines and aiding the BLM’s management of environmental resources. As such, it reflects the ongoing commitment of government entities to adapt to new regulations and maintain thorough communication with contractors in the execution of federal projects.
    The document outlines a Request for Proposal (RFP) for Special Status Botany Surveys in the South Zone of the Bureau of Land Management (BLM) Northwest Oregon District. It specifies the need for a contractor to conduct comprehensive surveys of special status vascular plants, lichens, and bryophytes, including the mapping and reporting of these species as well as noxious and invasive weed analysis. The contract will span five years with a one-year base period followed by four one-year options, emphasizing environmental compliance and adherence to safety protocols throughout the surveying process. The document details the contractor’s responsibilities, including the provision of necessary materials, equipment, and personnel trained in botanical surveys. It also covers project locations, access logistics, and quality control measures. Relevant permitting and environmental protections must be followed during the surveys, particularly with regard to endangered species and hazardous conditions. Periodic inspections and documentation submission are integral to the contract’s management. The government will provide maps and other materials essential for the surveys. By establishing clear standards and expectations, the RFP aims to support the conservation of special status species and their habitats while facilitating compliance with federal regulations and enhancing ecological monitoring in the designated regions.
    The document titled "Register of Wage Determinations Under the Service Contract Act" outlines wage rates and fringe benefits applicable to service contracts under U.S. Department of Labor regulations, specifically for the state of Oregon. The primary focus is on determining the minimum wage rates that contractors must pay workers based on specific executive orders and job classifications. Contracts awarded after January 30, 2022, require contractors to pay at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, mandate a minimum of $13.30 per hour. This wage determination specifies occupations across various sectors (e.g., administrative support, automotive service, food preparation) and details specific hourly rates, differing for each job title. Additionally, the document indicates employee benefits such as health and welfare payments, vacation time, and paid holidays. It also highlights compliance obligations under various executive orders, including sick leave provisions and specific conditions for unlisted classifications of workers. The comprehensive guidelines ensure contractors adhere to fair labor practices and protect worker rights within federal contracts, especially relevant for local government RFPs and federal grants.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor, specifying pay rates and fringe benefits for various occupations in Oregon County of Lane. It outlines requirements for federal contracts subject to Executive Orders 14026 and 13658, setting minimum wage rates of at least $17.75 per hour or $13.30 per hour for relevant contracts, depending on their award date. The wage determination details various occupations, their codes, and corresponding wage rates, with additional benefits including health and welfare, vacation, and holidays. Specific stipulations are provided for workers in certain classifications, including those invoked by Executive Order 13706 regarding paid sick leave. The document contains guidelines for conforming additional classifications and wage rates through a structured process, ensuring compliance with the Service Contract Act. Overall, it provides comprehensive wage-related information critical for contractors operating under federal contracts, ensuring fair compensation standards.
    The document is a Wage Determination under the U.S. Department of Labor's Service Contract Act (SCA), specifically Wage Determination No. 2015-5579, Revision No. 24, effective from December 23, 2024. It outlines mandatory wage rates for various occupations in Oregon’s Coos, Curry, and Douglas counties, applicable to contracts subject to SCA. It indicates that contracts initiated or renewed post-January 30, 2022, must comply with Executive Order 14026's minimum wage of $17.75 per hour, while contracts awarded between 2015 and 2022 not renewed must meet Executive Order 13658’s minimum of $13.30 per hour. The document details numerous occupational codes and associated wage rates, alongside stipulations for fringe benefits such as health and welfare contributions, vacation, and sick leave under specific executive orders. It also includes conformance processes for additional classifications not listed and the conditions for differential pay under hazardous environments. This Wage Determination is an essential component for federal contracting, ensuring fair labor practices and adherence to legal wage standards for service employees in federally funded contracts, reflecting the government's obligations in worker protection and compensation.
    The document is a Wage Determination report from the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates for various occupations in Oregon's Linn County. It specifies wage thresholds linked to Executive Orders 14026 and 13658, establishing minimum hourly rates of $17.75 or $13.30 for workers based on contract dates and terms. The report includes a comprehensive list of occupations with corresponding pay rates, categorizing them into fields such as administrative support, automotive services, food preparation, healthcare, and technical occupations. Additional benefits and requirements, such as health and welfare payments and vacation time, are outlined. The document underscores worker protections and compliance obligations for contractors and provides structured guidelines for any additional job classifications not listed, facilitating fair compensation under federal contracts.
    Similar Opportunities
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    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.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.
    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.
    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.