94--Colorado Plateau - Seed Production
ID: 140L0624Q0037Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

All Other Miscellaneous Crop Farming (111998)

PSC

MISCELLANEOUS CRUDE AGRICULTURAL AND FORESTRY PRODUCTS (9440)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking proposals for seed production in the Colorado Plateau, specifically targeting the cultivation of native plant materials to support ecological rehabilitation and restoration efforts on public lands. The procurement aims to secure source-identified certified native seeds that adhere to quality standards set by the Association of Official Seed Certifying Agencies, with contractors responsible for all resources necessary for successful seed production and certification. Interested vendors must register in SAM.gov and submit their quotes by September 9, 2024, with the potential for multiple awards based on evaluations of price and non-price factors, including past performance and small business participation. For inquiries, contact Ian Steinheimer at isteinheimer@blm.gov or call 303-236-6609.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides a detailed catalog of various seed types, including their scientific and common names, categorized by specific ecoregions and their respective transfer zones. Key entries include Elymus elymoides, Achnatherum hymenoides, Sporobolus species, among others, denoted by quantities needed and required purity ratings. Each seed type lists the necessary testing outcomes, such as noxious weed tests and purity assessments. Delivery dates for seed items are uniformly set for March 31, 2029, with a variety of required pounds noted for each species. However, all monetary figures related to pricing appear to be marked as zero, indicating potential placeholder values or unallocated funding within this document. This file aligns with government efforts for ecological restoration and resource management, particularly in securing native plant species for land rehabilitation projects across state and federal jurisdictions. The key purpose is to facilitate procurement processes for state and local entities, showcasing specific requirements for seed quality and fitness for restoration purposes while maintaining an organized framework for review and submission of requests for proposals (RFPs) that specifically cater to ecological sustainability initiatives.
    The Combined Synopsis and Solicitation 140L0624Q0037 outlines requirements for commercial products and services within the agricultural and forestry sector, specifically addressing miscellaneous crude agricultural products. The document includes essential contract clauses from the Federal Acquisition Regulation (FAR), emphasizing responsibilities such as adherence to federal laws, confidentiality agreements, and compliance with the System for Award Management. Key provisions govern payment processes, contractor responsibility, ethical conduct, and service limitations, specifically regarding telecommunications and video surveillance. Emphasis is placed on small business utilization, ensuring equal opportunity employment, and prohibiting certain practices such as contracting with debarred entities. Contractors must also navigate detailed invoicing requirements through the U.S. Department of the Treasury’s Invoice Processing Platform. Overall, this solicitation aims to ensure fair procurement practices while promoting small business engagement and compliance with federal contract regulations.
    This document outlines the evaluation criteria established by the government for awarding contracts related to commercial products and services. It emphasizes that multiple contracts may be awarded based on the evaluation of both price and non-price factors, with non-price elements being significantly more important. Technical evaluations will assess the proposed government-furnished seed amounts and acres, while past performance assessments will consider the successful execution of similar contracts. The price evaluation will ensure quoted prices are fair and reasonable, with measures in place if there is inadequate price competition. Additionally, the evaluation factors small business participation, awarding maximum credit to self-certified small businesses and assessing other offerors based on their commitment to socio-economic diversity and adherence to subcontracting goals. The document outlines specific goals for various small business types, such as small businesses and socio-economically disadvantaged enterprises. Quoters are advised to submit their best pricing upfront, as the government intends to evaluate without further communication. Overall, the document serves to clarify the terms and standards for proposals related to government RFPs, showcasing an emphasis on technical merit, past performance, pricing, and small business engagement.
    The addendum to FAR 52.212-1 outlines instructions for offerors seeking to respond to a government solicitation for commercial items. The document specifies authorized contacts for inquiries and quotes and emphasizes the necessity of submitting complete proposals to avoid being deemed unresponsive. Key requirements include an order form that catalogs individual line items and past performance information detailing experience on relevant projects from the past four years, including specific project details and unique characteristics. It distinguishes between small and other-than-small businesses in terms of small business participation information required. The addendum also provides critical guidelines on the submission of offers, including acceptance periods, potential for multiple offers, and conditions concerning late submissions, modifications, and withdrawals. The Government's intent to award a blanket purchase agreement without discussions underlines the importance of initial offers being competitive. Furthermore, the document includes information regarding the unique entity identifier requirement and outlines debriefing protocols for unsuccessful offerors post-award. This addendum serves as a comprehensive guide for potential offerors navigating government procurement processes with a focus on compliance and proper documentation.
    The Bureau of Land Management (BLM) seeks to contract seed production for native plant materials to support rehabilitation, restoration, and reclamation efforts on public lands. The contract mandates the provision of source-identified (SI) certified native seed, adhering to specifications set by the Association of Official Seed Certifying Agencies (AOSCA) for Pre-Variety Germplasm (PVG). Contractors are responsible for all resources needed for successful seed cultivation, production, and certification, while the BLM will provide foundation seed. The document outlines payment structures based on field establishment, seed production, and additional seed requests, with a focus on maintaining seed quality through rigorous testing and compliance with state and federal standards. Comprehensive procedures for seed harvesting, conditioning, testing, packaging, labeling, and delivery are established to ensure alignment with quality standards and effective logistical operations. Inspection and acceptance criteria are delineated, emphasizing the contractor's accountability for producing compliant seed, with repercussions for substandard deliveries. The document culminates in detailed definitions of key terms relevant to seed certification processes, ensuring clarity on requirements that maintain genetic purity and adherence to environmental regulations. This contract reflects the BLM's commitment to ecological restoration through reliable seed sourcing and management practices.
    This document is a set of questions and answers related to a solicitation for seed delivery managed by the Bureau of Land Management (BLM). It clarifies that the solicitation is not reserved for small businesses and that growers do not need to be in the specified geographic area to submit bids. Respondents are directed to include their Unique Entity Identifier (UEI) in the administrative response, and seed will be delivered to Ely, NV, with specific delivery dates outlined on the order. The document specifies that BLM does not provide production yield averages or previous bid tabulations but indicates that award information can be found on FPDS.gov. Quoters must specify the amount of government-furnished seed necessary for their bids, with purity tests required. The overall purpose of the document is to provide necessary clarifications and guidelines for potential respondents in a government solicitation context.
    The document outlines an amendment to a solicitation identified as 140L0624Q0037, issued by the Denver Federal Center for the Colorado Plateau project. It details the procedures for acknowledging the receipt of the amendment, emphasizing that failure to comply with the acknowledgment process may lead to the rejection of offers. The amendment serves to provide responses to questions raised during the solicitation period, with further information available in an attached "Questions and Answers" document. The document specifies that offers must be received by a designated time and explains how contractors can submit changes to previously submitted offers. Additionally, it includes sections for identifying the modification of contracts/orders, detailing accounting data if needed, and clarifying that all existing terms remain in effect unless otherwise noted. The contracting officer’s signature is required to validate the document, maintaining its official nature. This amendment highlights the procedural elements necessary for participating in federal solicitations, ensuring transparency and clarity in the bidding process.
    The Bureau of Land Management (BLM) has issued a Combined Synopsis/Solicitation seeking proposals for seed production in the Colorado Plateau. This procurement aims to increase supply and is open to businesses under NAICS code 111998, which encompasses all miscellaneous crop farming, specifically seed farms. The contract type is a Firm Fixed-Priced Purchase Order, and the solicitation employs Simplified Acquisition Procedures. Potential vendors must register in SAM.gov and maintain active status throughout the contract's duration. The BLM requests harvested seeds that meet specified quality standards as outlined in the solicitation's attachments. The government plans to make multiple awards based on evaluations provided in the attachment labeled Quote Evaluation. Inquiries regarding the solicitation should be submitted via email before the established deadline, with quotes due by September 9, 2024. Offerors have the flexibility to quote on one or more line items in the order form without needing to price all items. This solicitation emphasizes the importance of complete and prompt submissions while ensuring compliance with outlined specifications and requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, which involves the chemical application of the herbicide Plateau (Imazapic) over approximately 330 acres to control cheatgrass, a non-native species detrimental to local ecosystems. The contractor will be required to conduct an on-site meeting with BLM personnel, apply the herbicide without causing ground disturbance, and comply with all federal and state regulations regarding chemical applications. This project is part of BLM's broader mission to restore native habitats and promote sustainable land use practices, with a performance period from October 1 to October 31, 2024, and quotes due by September 18, 2024. Interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals, with the contract awarded based on the lowest price technically acceptable offer.
    2024 NOXIOUS WEED ROW CONTROL & TREATMEN
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the 2024 Noxious Weed Right of Way (ROW) Control and Treatment project, specifically targeting invasive species management within the Navajo Nation. The project involves controlling Russian Knapweed and Musk Thistle across approximately 156 acres along Navajo Routes 4 and 64, utilizing spot spraying with herbicides from June to October 2024 to mitigate ecological damage and protect native resources. Interested small businesses, particularly service-disabled veteran-owned small businesses, must submit detailed price quotes and comply with federal regulations, with proposals due by September 19, 2024, at 3:00 PM local time. For inquiries, vendors can contact Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    B--BLM-CO ESCALANTE RANCH INVENTORY
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for Class III cultural inventories at two sites in Colorado: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres). The objective is to conduct thorough cultural resource surveys to identify and evaluate historical properties in compliance with the National Historic Preservation Act, ensuring that all findings are documented according to established standards. This procurement is critical for preserving cultural heritage and managing resources effectively within the BLM's jurisdiction. Proposals are due by September 16, 2024, and must be submitted to Patrick Frost at pfrost@blm.gov, with a focus on demonstrating managerial qualifications, technical expertise, and compliance with federal labor regulations, including adherence to wage determinations under the Service Contract Act.
    B--RFQ 24Q0012 - WY Statewide Terrestrial AIM Support
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking quotations for statewide Terrestrial Data Collection Services in Wyoming under Request for Quotation (RFQ) No. 24Q0012. The primary objective is to provide Assessment, Inventory, and Monitoring (AIM) data collection support from 2025 to 2029, focusing on habitat conditions and treatment effectiveness across designated plots, initially targeting 527 points in the base year. This initiative is crucial for effective land management and ecological monitoring, ensuring compliance with federal regulations while fostering transparency in procurement processes. Interested vendors must submit their quotations by September 18, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Carrie Eastburn at ceastburn@blm.gov or by phone at 402-326-2383.
    GMUG NF Mechanical Site Prep
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the "GMUG NF Mechanical Site Prep" project, which involves site preparation and rehabilitation across the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project encompasses the rehabilitation of 109 sites across three timber sales, focusing on ecological restoration through activities such as soil ripping and debris management, with a total performance period of 21 days. This initiative is part of broader federal efforts to manage and restore public lands sustainably, emphasizing the importance of small business participation in federal contracting. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Rebecca Schowalter at rebecca.l.schowalter@usda.gov.
    OFO PAULS VALLEY HAY 2024/2025
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small business vendors to provide up to 1,500 tons of high-quality alfalfa hay for the Well Horse and Burro Program at the Pauls Valley Wild Horse Adoption Center in Oklahoma. The procurement aims to ensure the hay meets specific nutritional standards, including 14% crude protein and less than 5% weed content, with delivery scheduled monthly from September 2024 to August 2025. This initiative supports the care of 400-600 wild horses and burros, reflecting the federal commitment to animal welfare and responsible management of public lands. Interested vendors must submit their quotes by September 17, 2024, and direct inquiries to Ronald Shumate at rshumate@blm.gov, ensuring they are registered in the System for Award Management (SAM) to qualify for the contract.
    BLM Specialized Storage for Seed in Winnemucca, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease approximately 10,000 square feet of specialized storage space for Wildland Fire Seed Storage in Winnemucca, Nevada. The facility must accommodate specific requirements, including accessibility for transport trucks and forklifts, and must be solely for government occupancy without any colocations. This procurement is critical for supporting the BLM's Emergency Stabilization and Rehabilitation (ESR) and fuels program, ensuring the effective management of wildland fire resources. Interested parties must submit expressions of interest by September 20, 2024, with occupancy anticipated on October 1, 2024; inquiries should be directed to Shannon Veigel at sveigel@blm.gov or Mike Schultz at mschultz@blm.gov.
    HERBICIDES -ANADARKO AGENCY
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking bids for the procurement of herbicides specifically for use at the Anadarko Agency, with the solicitation numbered 140A0324Q0013. This opportunity is exclusively set aside for Indian Economic Enterprises under the Buy Indian Act, requiring that only bids from registered Indian enterprises will be considered. The procurement involves a total quantity of 356 two-gallon containers of GRAZONNEXT HL HERBICIDE, with a delivery deadline of November 29, 2024, and quotes are due by September 20, 2024, at 2:00 PM Central Standard Time. Interested parties must provide detailed specifications, a delivery schedule, and ensure registration in the System for Award Management (SAM) to participate in the bidding process. For further inquiries, contact Marlene RedBear at (405) 247-1572 or via email at marlene.redbear@bia.gov.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.