SFO-CFO INVASIVE SPECIES MANAGEMENT BPA
ID: 140L2625Q0004Type: Combined Synopsis/Solicitation
5 AwardsApr 1, 2025
AwardeeBlue Mule Ag Solutions LLC 13 FREEMAN PEAK WAY Carmen ID 83462 USA
Award #:140L2625A0004
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking bids for a Blanket Purchase Agreement (BPA) focused on invasive species management in Idaho, under solicitation number 140L2625Q0004. The procurement aims to secure herbicide application services targeting noxious and invasive weeds across designated management zones, requiring contractors to provide personnel, vehicles, and equipment for effective application and inventorying of invasive species. This initiative is crucial for maintaining ecological balance and protecting public lands from the detrimental effects of invasive species, with a contract set aside for small businesses with a size standard not exceeding $19.5 million. Interested parties can contact Thomas Parsons at tparsons@blm.gov or by phone at 208-373-3911 for further details.

    Point(s) of Contact
    Parsons, Thomas
    (208) 373-3911
    (208) 373-3915
    tparsons@blm.gov
    Files
    Title
    Posted
    The document outlines the Invasive Plant Management Zones in the Challis Field Office region, highlighting transportation methods available for various activities in different landscapes such as the Salmon River and Big Lost areas. It categorizes transportation options into 2WD, 4WD TECHNICAL, 4WD TOURING, ATV, MOTORCYCLE, and NON-MOTORIZED. The geographical context is crucial for implementing invasive species management strategies, considering both ecological and access parameters. The detailed mapping and designation of zones aim to ensure effective resource allocation and management practices within these designated areas. This framework supports federal and state initiatives to address environmental challenges and promote sustainable land management. Emphasis is placed on collaborative efforts among agencies like the US Forest Service and Bureau of Land Management to fulfill these objectives.
    The document provides a location map focusing on invasive plant management zones in Lemhi County, Idaho, specifically around the Salmon Field Office. It highlights significant rivers and roads, including Highway 93 and secondary roads like Highway 28, delineating areas managed by the Bureau of Land Management and the U.S. Forest Service. The content indicates that management efforts are crucial for maintaining these zones, which are susceptible to invasive species detrimental to local ecology. The map serves as a visual aid for federal and state agencies involved in natural resource management and will likely be referenced in relevant RFPs and federal grants aimed at environmental protection and forestry management.
    The Bureau of Land Management (BLM) is issuing a Request for Quotation (RFQ) under solicitation number 140L2625Q0004 for a Blanket Purchase Agreement (BPA) focused on invasive species management in Idaho. The initiative seeks bids for herbicide application services targeting noxious and invasive weeds across multiple management zones. The contract is set aside for small businesses, with a size standard not exceeding $19.5 million. The scope includes personnel, vehicles, and equipment for effective on-ground herbicide application and inventorying of invasive species. Due to the diverse terrains and ecosystems, contractors must provide specific equipment configurations and demonstrate prior experience and certification in pesticide application. The document outlines evaluation criteria which include certification, equipment provided, past performance, and pricing. Key terms also emphasize safety, environmental protection, and compliance with federal and state regulations. Successful contractors must follow stringent guidelines regarding herbicide application, including managing weather conditions and potential wildlife impacts. The overall objective is to control invasive species through efficient herbicide application while ensuring compliance with safety and ecological standards, critical in protecting Idaho's public lands.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    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--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    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 against the Land Management Integrated Resources BPA (LMIR) for various professional services related to forestry and natural resource restoration. This procurement aims to support a wide range of activities, including engineering, project management, and communications, and is available for use by all federal agencies across multiple forests and grasslands. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved for call orders under the LMIR BPA, with 48 businesses currently qualified to receive the solicitation. Interested parties can reach out to Ioulia Boxley at ioulia.boxley@usda.gov for further details, as this opportunity is part of a continuous pre-solicitation process allowing contractors to join at any time.
    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.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    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.