2025 FUEL BREAK MOWING Upper Snake Field, Idaho
ID: 140L2625Q0023Type: Combined Synopsis/Solicitation
AwardedApr 22, 2025
$148.4K$148,444
AwardeeALLENS WATER TENDER SERVICE INC 3922 N 1500 E Buhl ID 83316 USA
Award #:140L2625P0040
Overview

Buyer

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

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from qualified small businesses for the 2025 Fuel Break Mowing project in Upper Snake Field, Idaho. The contract involves mechanically mowing approximately 2,516 acres of rangeland vegetation to reduce fuel loads and improve vegetation composition, with work scheduled to commence on April 14, 2025, and conclude by May 15, 2025. This initiative is crucial for managing land effectively and enhancing ecological resilience, particularly in areas designated for fire prevention and wildlife habitat preservation. Interested contractors must submit their bids by April 9, 2025, and can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is seeking a contract for rangeland mowing services as part of the 2025 Big Desert Fuel Break project. This initiative focuses on mechanically mowing shrubs and native vegetation along designated roadside fuel breaks to reduce fuel loads and improve vegetation composition across 2,516 acres. The contractor will provide all necessary labor, equipment, and materials, adhering to specifications that ensure safety and environmental protections. The contract specifies that all work shall begin after April 14, 2025, and must be completed by May 15, 2025. Key governance includes a Contracting Officer’s Representative (COR) tasked with overseeing compliance, as well as specific operational hours and limitations on machinery use to protect wildlife during crucial periods. Contractors are required to maintain work force safety, follow OSHA standards, and ensure all equipment and practices are fire-safe. Weekly progress reports and adherence to project guidelines are mandated to ensure transparency, with payments based on the successful completion of work in agreed specifications. This project supports ongoing fuel reduction efforts in ecologically sensitive areas while fostering adherence to operational and environmental quality standards.
    The document outlines the bid schedule for the 2025 Big Desert Fuel Break Mowing, specifically focusing on rangeland vegetation mowing over an estimated total of 2,516 acres. The mowing is divided into six work elements based on different roads, each specified with estimated quantities in acres. The complete mowing process is slated to take 32 days, beginning April 14, 2025, and concluding by May 15, 2025. The contract stipulates that mowing must commence within three days after notification from the Contracting Officer Representative, with certain conditions regarding weather and soil protection impacting operations. The mowing may coincide with challenging winter/spring conditions that could hinder road access and require careful execution to prevent damage to vegetation and soil. This document serves as a Request for Proposal (RFP) for contractors to submit their bids, reflecting the government's initiative to manage land effectively while ensuring adherence to environmental regulations and operational guidelines.
    The document outlines a map of the Big Desert Fuel Break Treatment Location within Bingham, Blaine, and Butte Counties in Idaho, with a specific focus on land managed by the Bureau of Land Management (BLM). The treatment area is designated for fire prevention efforts that benefit local sage-grouse populations, as indicated by the presence of sage-grouse leks nearby. The map illustrates various boundary lines, treatment areas, and the differing management agencies overseeing the land, including private, state, military, and federal entities like the National Park Service (NPS). The purpose of this document is to provide a visual reference for stakeholders involved in federal RFPs, grants, and proposals tied to wildland fire management and wildlife habitat preservation. This initiative aligns with broader environmental management strategies, promoting ecosystem resilience and safeguarding crucial wildlife habitats in the region while informing local planning and resource management efforts.
    The document outlines the geographical and administrative context for the Big Desert Fuel Break treatment area, highlighting its location near various counties including Bingham, Blaine, Bonneville, Butte, and Power. It identifies key transport routes and significant roads, such as Arc-Minedoka Road and Big Butte Road. The treatment area is designated for specific management by federal entities, primarily involving the Bureau of Land Management (BLM) and related agencies. The mapping further delineates the treatment boundaries and existing public land designations, suggesting an organized effort to address fuel management and environmental concerns in the region. This summary is pertinent to government requests for proposals (RFPs), federal grants, and state/local RFPs focused on land management and ecological restoration projects.
    The document outlines the wage determinations under the Service Contract Act (SCA), specifically Wage Determination No. 2015-5507, Revision No. 24, effective from December 23, 2024, for Idaho counties including Bonneville, Butte, and Jefferson. It emphasizes that contracts associated with the SCA must comply with minimum wage standards set by Executive Orders 14026 and 13658. The general minimum wage is set at $17.75 per hour for contracts initiated or extended after January 30, 2022, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 per hour unless a higher rate applies. The document includes an extensive list of various occupations with corresponding wage rates, fringe benefits, and detailed guidelines on mandatory contractor obligations regarding health benefits, paid sick leave, vacations, and holiday pay. It also discusses the conformance process for unlisted job classifications and their wage rates, underscoring compliance with federal labor standards. Overall, this wage determination serves as an essential reference for contractors involved in government procurement, ensuring fair compensation practices in federally funded contracts.
    The document outlines a Request for Quotation (RFQ) issued by the Bureau of Land Management (BLM) for rangeland fuels management services, specifically focused on mowing grass and brush. The solicitation number is 140L2625Q0023, with quotes due on April 9, 2025, by 5 PM Eastern Time. This opportunity is designated for small businesses under NAICS code 561730, with a size standard of $9.5 million. The period of performance for the contract is from April 14, 2025, to May 15, 2025. Key requirements include submitting a completed bid schedule and demonstrating technical capabilities through documentation of equipment, safety procedures, prior experience, and references for similar work. The evaluation will be based on technical capability, prior experience and past performance, and price. Compliance with various Federal Acquisition Regulation clauses is required, including provisions related to telecommunications equipment and subcontracting practices. Offerors must be registered in the System for Award Management (SAM). This solicitation embodies the government’s efforts to engage small businesses in fulfilling federal contracting needs while ensuring environmental compliance and effective resource management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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--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.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    GAOA Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.