BOISE DISTRICT BROADCAST SEEDING #2
ID: 140L2625Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL SEEDING (F002)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting quotes from small businesses for the "BOISE DISTRICT BROADCAST SEEDING #2" project, which involves broadcast seeding of various sagebrush and grasses over approximately 40,000 acres in the Boise District of Idaho. The procurement aims to restore and enhance native plant communities through strategic seeding, emphasizing ecological rehabilitation and environmental stewardship. Proposals must be submitted by February 24, 2025, and should demonstrate technical capability, relevant experience, and a robust pricing strategy, with a contract performance timeframe beginning on March 15, 2025. Interested parties can contact Charles Dodson at cdodson@blm.gov or by phone at 208-769-5008 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The BDO BLM FY25 Broadcast Seeding #2 document outlines a procurement schedule for various seed mixes intended for land restoration or habitat improvement. It specifies four types of paddock mixes—each consisting of components like sagebrush, grass, and forbs—alongside their estimated coverage, quantities, bulk rates, unit prices, and total costs. The total estimated area for seeding is 39,693 acres, with a combined estimated seed bulk of 181,330 pounds. The contract is slated to begin on March 15, 2025, with a performance timeframe of 20 days, contingent on weather and seed availability. The contractor must commence work within three days following notification from the Contracting Officer’s Representative. This document serves as part of a broader federal initiative to enhance environmental stewardship through targeted seeding efforts, aligning with government RFP protocols for acquiring necessary services and supplies.
    The document pertains to the Bureau of Land Management (BLM) in Idaho regarding a project for broadcast seeding in various paddock areas. It highlights the use of diverse seed mixes primarily focusing on sagebrush, grass, and forbs to enhance ecological rehabilitation. The project aims to restore plant communities across designated regions, emphasizing cooperation among multiple management agencies, including the Bureau of Reclamation and the Forest Service. It presents a map dated November 21, 2024, illustrating the specific locations and seed mixes employed in each paddock. Notably, it disclaims any guarantees on data accuracy, reliability, or completeness, advising inquiry through the BLM Boise District Office for further information. The overall initiative reflects a commitment to environmental stewardship and the effective management of public lands, aligning with federal and state goals for sustainable land use and management practices.
    The Bureau of Land Management (BLM) is soliciting quotes from small businesses under RFQ Solicitation number 140L2625Q0010 for broadcast seeding of various sagebrush and grasses over approximately 40,000 acres in Boise District, Idaho. Proposals must be received by February 24, 2025, and must demonstrate technical capability, relevant experience, and a robust pricing strategy. Key evaluation factors include a detailed work plan covering schedule, GPS seeding methods, and safety protocols. Offerors are required to complete specific provisions and clauses within the solicitation, and they must be registered with the System for Award Management (SAM). Compliance with several Federal Acquisition Regulations (FAR) clauses and local laws, particularly concerning telecommunications equipment and labor standards, is mandated. The focus on small business engagement underscores the government’s commitment to fostering economic growth within local communities, ensuring that awarded contracts align with regulatory standards and promote sustainability. This procurement initiative signifies the federal approach to land management and restoration in a collaborative manner with qualified entities.
    The document outlines the detailed specifications for the Bureau of Land Management (BLM) FY25 Broadcast Seeding #2 project in Idaho. It involves the application of four paddock seed mixes—comprised of sagebrush, grass, and forb varieties—across approximately 79,385 acres at a targeted 50% coverage. The project spans Gem, Payette, and Washington Counties and is to be carried out on federal lands with specific site accessibility considerations. Key specifications include the application method to avoid ground disturbance, contractor-supplied equipment and crews, seed pickup from the BLM Seed Warehouse in Boise, and various seeding rates for each mix. The estimated total seed requirement is 181,330 pounds, broken down into specific quantities for each mix. The project's purpose is to restore and enhance native plant communities through strategic seeding, primarily targeting ecosystem resilience. By adhering to the outlined procedures and specifications, the BLM aims to ensure the successful establishment of these seed mixes while complying with environmental regulations and management practices.
    The document pertains to the processes and requirements involved in federal government Requests for Proposals (RFPs) and funding opportunities, specifically regarding state and local levels. It appears to detail the necessary criteria and guidelines that applicants must follow when seeking grants or preparing proposals for government contracts. Key aspects likely include eligibility requirements, submission procedures, evaluation criteria, and compliance with regulations. The text emphasizes the importance of thorough documentation and clear communication in the proposal process. Topics may cover various sectors, including environmental, infrastructure, and public health projects, ensuring that applicants provide all relevant information to demonstrate their capabilities and align with government objectives. Furthermore, the document likely stresses the significance of meeting deadlines and adhering to specific formats and submission protocols, as these factors directly impact the likelihood of securing funding or contract approvals. Overall, the document encapsulates the rigorous yet structured framework of government RFPs and grant applications, intended to foster transparency, accountability, and effective allocation of public resources.
    The BDO BLM FY25 Broadcast Seeding #2 document outlines the requirements for a contractor to perform broadcast seeding in the Boise District area. Key responsibilities include providing all necessary resources for seeding, utilizing a Differentially Corrected Global Positioning System (DGPS) for navigation, and adhering to specific equipment and software standards for tracking and documenting the process. The contractor must demonstrate competence in seeding rough terrains, maintain rapid communication with the government, and ensure proper seed handling, including calibration and application at specified rates. Environmental considerations dictate that seeding operations cannot occur under unfavorable weather conditions, such as high winds or when ground conditions could lead to damage. Additionally, the contractor is liable for the seed issued by the government and must return any unused materials post-operation. Safety protocols necessitate identifying hazards prior to commencing work, and payment will be based on the actual area seeded as verified against provided government maps. The document emphasizes the necessity for proper licensing and permits throughout the contract duration, highlighting its regulatory context essential for government RFPs and grants management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SAGEBRUSH GROW & PLANT BLM IDAHO
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide services for the growing and planting of 275,000 Wyoming Big Sagebrush seedlings in Blaine County, Idaho, under Solicitation number 140L2625Q0011. The project aims to enhance ecological restoration and land management through the cultivation and hand planting of sagebrush, which is vital for local ecosystems and fire risk reduction. Interested offerors must submit firm, fixed-price quotes by February 24, 2025, and comply with various Federal Acquisition Regulation (FAR) clauses, with the performance period extending from March 15, 2025, to October 17, 2025. For further inquiries, potential bidders can contact Charles Dodson at cdodson@blm.gov or call 208-769-5008.
    B--FY25 BOTANY SURVEYS
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to conduct botany surveys in the Medford District of Oregon, specifically focusing on Special Status vascular and non-vascular plant species. The project aims to identify and document these species, collect ecological data, and ensure compliance with established survey protocols from April 1, 2025, to December 1, 2025. This initiative is crucial for environmental management and conservation efforts, particularly in protecting rare plant species and maintaining biodiversity in the region. Interested contractors must submit their proposals by February 24, 2025, at 10:00 PDT, and can contact Rachel Jones at rmjones@blm.gov or 503-808-6068 for further information.
    LSR CAMPGROUND MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking proposals for campground maintenance services under the title "LSR Campground Maintenance." The contract, identified by RFQ number 140L2625Q0013, aims to secure comprehensive cleaning and maintenance of seven recreation sites along the lower Salmon River in Idaho, with a base year from May 15, 2025, to May 14, 2026, and four additional option years. This opportunity is particularly significant for small businesses, as it is set aside under the Total Small Business Set-Aside program, and requires adherence to safety and environmental standards while ensuring minimal disruption to recreational activities. Interested parties must submit their quotes via email by February 27, 2025, and can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further information.
    BOISE DISTRICT FIRE ALARM AND SPRINKLER SYSTEM MON
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for fire alarm and sprinkler monitoring and inspection services in Boise, Idaho. The procurement aims to ensure compliance with local fire codes through centralized 24/7 fire alarm monitoring, annual inspections, and backflow testing at three key locations: the Boise District Main Campus, Bruneau Fire Station, and Mountain Home SEAT Base. This initiative underscores the government's commitment to maintaining safety standards in its facilities, with a contract period from April 1, 2025, to March 31, 2029. Interested small businesses must submit their quotes by February 21, 2025, following a mandatory site visit on February 10, 2025, and can contact Thomas Parsons at tparsons@blm.gov for further information.
    SEPTIC SERVICES BLM COTTONWOOD ID
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for septic services at the Cottonwood Field Office in Idaho, specifically for the period from May 15, 2025, to May 14, 2026. The contractor will be responsible for pumping vault toilets, servicing portable toilets, and maintaining cleanliness at various recreational sites, ensuring compliance with environmental standards and public health regulations. This procurement is crucial for maintaining sanitation facilities in recreational areas along the Lower Salmon River, supporting visitor safety and comfort. Interested small businesses must submit their proposals by February 28, 2025, at 5 PM Eastern time, and can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
    93--Bison Trophy IDV
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotes for the procurement of Buffalo Trophy Bases through an Indefinite Delivery Vehicle contract, specifically set aside for small businesses. The contract aims to establish a firm fixed price for the trophy bases over a three-year period, with orders placed as needed, and emphasizes the requirement for bases with capped dimensions of approximately 5” H x 6” L, excluding glass and engraving. This procurement is significant for enhancing BLM's trophy presentation and recognition efforts, ensuring quality and fit for the glass plates that will be used. Interested vendors must submit their proposals, including technical capability and past performance references, by the specified deadlines, and can contact Brian Peck at bpeck@blm.gov or 303-236-1046 for further information.
    BDO-BFO BLM FY25 UTV PURCHASE W/TRADE-IN
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for the purchase of a Yamaha Viking Utility Terrain Vehicle (UTV) as part of solicitation number 140L2625Q0012, which includes trade-ins of two older vehicles. The procurement specifies detailed requirements for the new UTV, including seating capacity, engine specifications, and performance characteristics, emphasizing compliance with federal regulations and standards. This acquisition is crucial for supporting the BLM's operational needs in managing public lands effectively. Interested vendors must submit their proposals by February 26, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911.
    F--Off-Range Pasture & Corral Services, UT Burros (Hybrid)
    Buyer not available
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Pasture and Corral Services for the care and maintenance of wild burros in Utah. The procurement aims to establish a facility capable of accommodating between 200 to 2,000 wild burros, ensuring they receive humane care, regular health observations, and proper record-keeping. This initiative is crucial for the conservation and management of wild burro populations, falling under NAICS code 115210, with a small business size standard of $11 million. Interested vendors must submit their capabilities and relevant information via email to Brian Peck at bpeck@blm.gov by February 14, 2025, as the anticipated contract will be a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract spanning a base year and four optional years.
    LITCHFIELD ALFALFA FY 2025
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for the procurement of alfalfa hay to support the feeding of wild horses and burros at the Litchfield Wild Horse and Burro Facility in California. The contract encompasses two primary tasks: the delivery of 2,300 tons of alfalfa hay from April 2, 2025, to March 30, 2026, and an additional 200 tons of small 3-twine bales to be delivered between July 1, 2025, and December 1, 2025. This procurement is vital for ensuring the proper care and nutrition of the animals in BLM's custody, with specific quality standards required for the hay. Interested vendors must submit their quotations by March 6, 2025, and are encouraged to register in the System for Award Management (SAM) database. For further inquiries, vendors can contact Laurie Ehlinger at lehlinger@blm.gov or by phone at 608-377-3532.
    Z--GAOA - Pink House Lift Station Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses for the GAOA - Pink House Lift Station Replacement project located in Clearwater County, Idaho. The project involves complete repairs and upgrades to the Pink House Lift Station and its controls, with an anticipated construction magnitude between $250,000 and $500,000 and a performance period of 180 days following the notice to proceed. This initiative underscores the BLM's commitment to maintaining essential infrastructure in compliance with federal standards. Interested contractors must have a Unique Entity ID and an active System for Award Management (SAM) profile, with the Request for Proposals (RFP) expected to be released around January 13, 2025, and proposals due approximately 30 days thereafter. For further inquiries, potential bidders can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.