BLM FY25-1 Spring Consolidated Seed Buy.
ID: 140L3725R0003Type: Solicitation
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 bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.

    Point(s) of Contact
    Barker, Diane
    (208) 387-5544
    (208) 387-5915
    dbarker@blm.gov
    Files
    Title
    Posted
    This document is a form required for the certification of non-certified wildland collected or cultivated seed, specifically designed for use in federal grants and requests for proposals related to seed procurement. It requires the seed collector to provide detailed information about the seed, including species, geographic origin, elevation, and GPS coordinates. Additionally, if the seed is cultivated, information regarding both the original collection site and cultivation site must be included. The form mandates the signature of the seed collector and includes sections for the buyer's details and signature as well. It also warns against making false statements regarding the provided information, citing penalties under federal law (18 U.S.C.1001), which can include fines and imprisonment. Overall, the document aims to ensure transparency and legality in the sourcing of seeds, promoting responsible management of natural resources within government contracts and grants.
    The Seed Analysis Request Form is a procedural document that outlines the requirements for contractors delivering seed lots to the Bureau of Land Management (BLM). Contractors must complete Section A, which captures vendor details, seed specifications, and requested testing, including purity, germination (TZ), noxious weed assessment, species checks, and rush processing. They must also confirm acceptance of testing fees and authorize the release of test results to the government. Subsequently, Section B is to be filled out by the sampler, covering information about the sampling process, such as agency affiliation, sampler identity, sample weight, and lab instructions. Test results are to be sent to both the vendor and the BLM's designated email address. The overall purpose of this document is to ensure proper authorization and administrative organization regarding seed testing, supporting compliance with federal guidelines related to seed quality and management under government contracts. This process ensures accountability and transparency in seed lot delivery and testing, aligning with federal initiatives for environmental and agricultural management.
    The document outlines a contract from ABC Seed Company, detailing an RFP related to seed supply. It specifies the delivery location options within Boise, Ely, or Shoshone and lists various seed types along with relevant details, such as harvest years, lot numbers, and weight in pounds. Seeds included are Stabilizer and Vavilov II Siberian Wheatgrass, Mtn Brome, and Showy Milkweed, with weights ranging from 80 to 100 pounds for each type. Additionally, the document outlines required documentation for the contract, including a signed attachment for seed testing and a permit for collected seed. The focus of this RFP is to ensure compliance with seed testing and permitting processes, highlighting the significance of documentation in effectively managing government contracts for seed supply. This summary emphasizes the essential aspects while maintaining the original tone and intent of the document.
    The document outlines the guidelines for completing a bid sheet related to the purchase of seed types by federal and state agencies, specifically for ecological restoration projects. It includes instructions for vendors on how to fill in essential details such as certification type, delivery dates, and Pricing Per Pound Grown (PLS rating) for various seed species. The bid sheet structure consists of sections for multiple seed types, including grasses and forbs, along with columns for quantity offered, price, and germination rates. Additionally, it emphasizes the necessity to adhere to formatting guidelines and delivery requirements. A critical focus is given to the integrity of seed sourcing (certified and non-certified) to ensure compliance with ecological standards essential for successful planting outcomes. The document serves as a directive for vendors to meet government procurement standards while promoting quality in seed selection for environmental conservation initiatives.
    The Bureau of Land Management (BLM) National Interagency Fire Center is soliciting bids for the Spring Consolidated Seed Buy, seeking various seed types for delivery to specified locations. The request outlines vendor responsibilities, including submitting a complete bid package consisting of a filled-out bid schedule, past performance references, and a signed solicitation form. Bids must comply with specified seed quality standards, including purity and noxxious weed limits. The evaluation will focus on lowest Pure Live Seed (PLS) prices and compliance with submission requirements. The contract encompasses a delivery period from May 1 to May 20, 2025, and emphasizes compliance with federal and state seed laws. Bid submissions must be received by April 2, 2025, with awards announced by April 28. Pre-bid meetings will facilitate understanding of the solicitation details. Vendors must ensure their offerings align with the specifications, including packaging, labeling, and testing requirements, to maintain the integrity of the procurement process, and are liable for the quality of the seeds provided. Overall, this procurement process aims to secure quality seeds for various land management and restoration efforts, reflecting BLM's commitment to effective resource management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--CONE COLLECTION HSO & TSO 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for cone collection services at the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard in Oregon, under the RFQ number 140L0625Q0015. Contractors will be responsible for activities such as bagging, transporting, and handling cones to support seed collection for reforestation efforts, with a performance period from August 1, 2025, to November 30, 2025, for Horning and until October 10, 2025, for Tyrrell. This initiative is crucial for sustainable forestry practices and ecological conservation, emphasizing environmental responsibility and adherence to operational procedures. Interested contractors must submit their quotes by March 13, 2025, and can contact Madisyn Falls at mfalls@blm.gov or 303-236-9471 for further information.
    F--INSECTICIDE APPLICATION
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for a firm fixed-price contract to perform insecticide application at the Horning Seed Orchard in Colton, Oregon, scheduled from March 24 to May 30, 2025. The contractor will apply the restricted-use pesticide esfenvalerate to manage pest populations on Douglas-fir trees aged 7 to 33 years, adhering to strict environmental and safety regulations throughout the process. This project is crucial for effective pest management and compliance with federal and state agricultural policies, ensuring the health of the orchard while minimizing environmental impact. Interested small businesses must submit their proposals by March 5, 2025, and can contact Christy Webster at cnwebster@blm.gov or 503-808-6074 for further details.
    R--LITCHFIELD ALFALFA FY 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting 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 from July 1, 2025, to December 1, 2025, with specific quality requirements for the hay. This procurement is crucial for ensuring the well-being of the animals in BLM's care, emphasizing the need for high-quality feed that meets established standards. Interested vendors must submit their quotations by March 6, 2025, and are encouraged to contact Laurie Ehlinger at lehlinger@blm.gov or 608-377-3532 for further information.
    F--PASS CREEK HANDTHINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Pass Creek Hand Thinning project located in Poncha Springs, Colorado. This federal contract involves cutting and piling conifer tree species across an 80-acre riparian zone to enhance wildlife habitat and improve tree vigor, with a focus on environmentally responsible practices. The project is part of a broader initiative to manage natural resources and maintain ecological integrity, emphasizing the government's commitment to conservation and habitat restoration. Interested contractors must submit their quotes by March 12, 2025, and acknowledge receipt of amendments to the solicitation, with the contract period set from March 21, 2025, to December 15, 2025. For further inquiries, contractors can contact Daniel Rosales at drosales@blm.gov.
    F--GROUND INSECTICIDE 2025 HSO & TSO
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the application of ground insecticide at the Horning Seed Orchard in Colton, Oregon, as part of the "F--GROUND INSECTICIDE 2025 HSO & TSO" project. The procurement involves the application of esfenvalerate insecticide on Douglas-fir trees, with a performance period scheduled from March 24, 2025, to May 30, 2025, while adhering to strict environmental regulations to protect surrounding ecosystems. This initiative is crucial for effective pest management in forestry, ensuring compliance with safety standards and promoting sustainable agricultural practices. Interested contractors must submit their quotes by March 5, 2025, and can contact Christy Webster at cnwebster@blm.gov or 503-808-6074 for further information.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier growth among selected trees across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative reflects BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract execution. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes or additional information.
    37--Front-end Mulcher Attachments, BLM Tyrrell and Hor
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the acquisition of front-end mulcher attachments for use at the Tyrrell and Horning Seed Orchards in Oregon. The procurement requires mulchers with specific technical capabilities, including a 72-inch cutting width, the ability to mulch materials up to 6 inches in diameter, and compatibility with tractors ranging from 50 to 165 horsepower, specifically models from Kubota and New Holland. This equipment is essential for maintaining effective agricultural operations at the seed orchards while ensuring safety and compatibility with existing machinery. Interested vendors should contact Tiffany Eslinger at teslinger@blm.gov or (503) 808-6521 for further details, with the period of performance set from April 30, 2025, to September 30, 2025.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting offers for the 2025 Annual Review of National Type 2 Firefighter Crews through solicitation number 1202SC21Q0001. The procurement aims to establish multiple Blanket Purchase Agreements (BPAs) for commercially available Type 2 qualified wildfire crews to assist with fire suppression and emergency response activities across the United States. These services are crucial for effective wildfire management and ensuring public safety during emergencies. Interested small businesses must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and are encouraged to acknowledge the recent amendment to the solicitation, which includes updated contract clauses and wage determinations. For inquiries, potential contractors can contact Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    Pomeroy RD Tree Planting BPA Call
    Buyer not available
    The Umatilla National Forest, part of the Department of Agriculture, is issuing a Special Notice for a Blanket Purchase Agreement (BPA) call focused on conifer tree planting at the Pomeroy Ranger District in Washington. The procurement involves the planting of government-furnished tree seedlings over an area of 609 acres using hand tools, reflecting the federal government's commitment to sustainable forest ecosystem management and restoration. Only current BPA holders are eligible to submit quotes for this competitive process, with the closing response date set for March 19, 2025, and an anticipated award date of March 25, 2025. Interested parties can contact Andrea Pollock at andrea.pollock@usda.gov or by phone at 458-200-5265 for further information.