BLM FY25-2 Fall Consolidated Seed Buy.
ID: 140L3725R0006Type: Solicitation
6 AwardsAug 8, 2025
$5.5M$5,475,072
AwardeeWESTERN RECLAMATION, INC. 13293 GLADE NORTH RD Eltopia WA 99330 USA
Award #:140L3725C0013
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Forest Nurseries and Gathering of Forest Products (113210)

PSC

SEEDS AND NURSERY STOCK (8730)
Timeline
    Description

    The Bureau of Land Management (BLM) is soliciting proposals for the FY25-2 Fall Consolidated Seed Buy, aimed at acquiring various seed types for delivery to multiple locations. This procurement is open to all businesses, with a specific allocation of six awards reserved for Small Businesses under the NAICS code 113210, which has a size standard of $20.5 million. The seeds will be evaluated based on the Pure Live Seed (PLS) price per pound, adhering to strict quality standards to ensure compliance with federal and state seed laws, emphasizing the importance of environmental sustainability. Interested vendors must submit a complete bid package by the specified deadlines, with deliveries expected between August 15 and September 4, 2025. For further inquiries, vendors can contact Diane Barker at dbarker@blm.gov or by phone at (208) 387-5544.

    Point(s) of Contact
    Barker, Diane
    (208) 387-5544
    (208) 387-5915
    dbarker@blm.gov
    Files
    Title
    Posted
    The document serves as an instruction manual for vendors participating in a federal government seed procurement Request for Proposals (RFP). It outlines procedures for filling out the Attachment 1 Bid Sheet. Key instructions include filling in vendor details, indicating delivery dates, marking program categories, and providing seed specifications such as purity, germination rates, and pricing per pound. Vendors are instructed to provide information accurately, utilizing drop-down menus for specific categories and ensuring delivery capabilities match the solicitation’s requirements. The outlined program focuses on various seed types, categorized by certification (certified, non-certified, source identified) and ecological considerations (e.g., Ecoregion and Seed Transfer Zone). Emphasis is placed on proper documentation, including seed testing labs and additional species information. The delivery windows for specific seeds are established, indicating critical timelines for vendors. Overall, the document emphasizes compliance with the bidding process, accuracy in seed data reporting, and adherence to a standard format, all aimed at facilitating a transparent procurement process within the context of government contracting and grant management.
    The document outlines the necessary procedures for citing the origin of non-certified wildland collected or cultivated seeds for the Bureau of Land Management (BLM). It includes a claim statement that requires details about the seed's species, geographical origin (state, county, elevation, latitude, and longitude), and the specifics of the cultivation site if applicable. The collector is mandated to sign the document and provide their contact information, alongside details of the buyer who acquires the seed. Additionally, the document warns of penalties under 18 U.S.C. 1001 for providing false information regarding the seed’s origin, underlining the seriousness of compliance. This form is essential for ensuring transparency in seed sourcing within federal guidelines, particularly relating to federal grants and RFPs concerning environmental conservation and restoration efforts.
    The Seed Analysis Request Form is essential for contractors delivering seed lots to seek authorization for testing their seeds and covering associated fees. Contractors must complete Section A by providing information about the seed vendor, species, variety, eco-region, seed lot number, delivery locations, and the requested tests, such as purity and noxious weed checks. Results from these tests will be sent to both the seed vendor and the Bureau of Land Management (BLM). The contractor holds the financial responsibility for sampling and testing costs. Section B requires completion by the sampling agency, detailing the sampler's information, sample size, and certification status. Sample testing results are vital for ensuring seed quality and compliance with regulations, emphasizing the government's commitment to maintaining ecological integrity. This document streamlines the process of seed analysis while ensuring accountability in the testing and reporting process to government agencies.
    ABC Seed Company is involved in a governmental contract under contract number 140L372xC00xx, associated with seed supply for various projects. The contract outlines the delivery locations as Boise, Ely, or Shoshone and includes details about the types and quantities of seeds involved. Key entries include Siberian wheatgrass and Bromar, harvested in 2022 and 2023, alongside showy milkweed, requiring specific documentation to ensure compliance with regulations. Essential documentation includes a filled and signed Attachment 3 for seed testing and a permit for collected seed. The overarching purpose of this document is to establish requirements for seed supply and associated certifications essential for fulfilling government contract obligations. Such procurement processes align with federal RFPs and grants, emphasizing the need for compliance and transparency in government transactions. This initiative reflects the government's commitment to proper sourcing and quality assurance in environmental and agricultural programs.
    The document outlines a Request for Proposal (RFP) for the Bureau of Land Management (BLM) regarding the Fall Consolidated Seed Buy for various seed types to be delivered to multiple locations. The procurement is open to all businesses, with six awards specifically reserved for Small Businesses under the NAICS code 113210, which has a size standard of $20.5 million. Offerors must provide a complete bid package, including a filled bid spreadsheet, past performance references, and a signed solicitation form. The seed bids will be evaluated based on the Pure Live Seed (PLS) price per pound, with precise quality standards established, including limits for weed and noxious weed contamination. Bids must ensure compliance with federal and state seed laws, and vendors are responsible for transportation costs. A pre-bid meeting is scheduled, emphasizing the importance of reviewing the full specifications provided within the document. Deliveries are expected between August 15 and September 4, 2025, and successful offerors must maintain product quality standards, with strict criteria for acceptance and potential rejection protocols for non-compliance. This proposal reflects the BLM's commitment to quality and environmental sustainability in seed procurement for government projects.
    Similar Opportunities
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    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.
    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 for Snowy Butte Fungi Surveys on the Rogue River-Siskiyou National Forest. This procurement is part of the Land Management Integrated Resources BPA, which encompasses a wide range of services including professional services, natural resources restoration, and project management, and is available for use by all federal agencies. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved under the LMIR BPA, with a total of 45 businesses set to receive the solicitation. Interested parties can reach out to the LMIR BPA Team at SM.FS.lmirbpa@usda.gov for further information, as this opportunity does not constitute a request for proposals and is part of a continuous pre-solicitation process.
    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.
    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.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.