BDO BLM JUMP DRILL SEEDING FY25
ID: 140L2625Q0031Type: Combined Synopsis/Solicitation
AwardedMay 1, 2025
$58.2K$58,177
AwardeeWARDEN HAWKINS 945 E 4500 N Buhl ID 83316 USA
Award #:140L2625P0047
Overview

Buyer

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

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- RANGE SEEDING (GROUND EQUIPMENT) (F007)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals from qualified small businesses for the BDO BLM FY25 Jump Drill Seeding project in Idaho, scheduled to take place from September 15 to October 24, 2025. The project involves drill seeding approximately 3,915 acres in Owyhee County using government-provided rangeland drills and seed, with a focus on restoring land affected by fire while adhering to environmental and safety standards. This initiative is critical for ecological restoration and sustainable land management practices, emphasizing the importance of technical capability and prior experience in the evaluation of proposals. Interested vendors must submit their proposals by April 23, 2025, and can contact Thomas Parsons at tparsons@blm.gov or 208-373-3911 for further information.

    Point(s) of Contact
    Parsons, Thomas
    (208) 373-3911
    (208) 373-3915
    tparsons@blm.gov
    Files
    Title
    Posted
    The document outlines the evaluation factors and criteria for awarding a contract for the BDO BLM FY25 Jump Drill Seeding project. Proposals must include a completed Standard Form 1449 and demonstrate the offeror's technical capability in relation to the Statement of Work (SOW). The evaluation focuses on three main factors: Technical Capability, Prior Experience and Past Performance, and Price, emphasizing that Technical Capability combined with Prior Experience is significantly more important. For Technical Capability, proposals must detail crew configuration, equipment usage, work scheduling considering potential delays, and a comprehensive safety plan. Prior Experience requires a list of relevant contracts, with specific details for each, highlighting the experience of project personnel. Price evaluations will consider the reasonableness and understanding of contract requirements. The Government will award the contract based on conformity to solicitation terms and the best value offered. This document serves as a crucial guide for offerors to prepare competitive and compliant proposals in a federal RFP context, emphasizing thoroughness in technical and experiential justifications while maintaining pricing competitiveness.
    The Rangeland Drill Seeding project outlines specifications for drill seeding an approximate area of 3,915 acres in Owyhee County, Idaho, starting on September 15, 2025, with a performance period of 40 days. The terrain is characterized by rolling hills, surface and subsurface rock, and an elevation range of 3,875-4,570 feet. The government will provide six rangeland drills and the seed, which includes a specific mix of grass and alfalfa varieties totaling 43,200 lbs, to be applied at a depth of ½ to ¾ inch. Contractor responsibilities include utilizing provided equipment while avoiding extensive damage to machinery from rocky areas, conducting all necessary fence repairs, and coordinating the positioning of the drills post-project. The aim of the project is to restore the affected rangeland post-fire, ensuring proper seeding techniques are applied while adhering to safety and operational guidelines. This initiative represents a federal effort to rehabilitate land affected by a fire, contributing to environmental recovery and management of rangeland resources.
    The document is a vicinity map for the Jump Drill Seeding project, prepared by the Bureau of Land Management (BLM) in Idaho, specifically from the Boise District Office. Scheduled for fiscal year 2025, the map outlines areas designated for drill seeding efforts, which likely aim to promote vegetation growth and improve land management. It specifies key locations including various municipalities in the region, such as Nampa, Boise, and Caldwell, and displays the proximity of state and federal highways as well as land classifications, highlighting Bureau of Land Management, state, and private lands. The map's indications of primitive roads and fence lines signify navigational considerations for the project. The document underscores a disclaimer regarding the accuracy of the map, suggesting that users should exercise caution when relying on this data. This project aligns with broader federal initiatives for land restoration and resource management, emphasizing the need for sustainable practices in public lands utilization.
    The document is a Wage Determination from the U.S. Department of Labor that outlines minimum wage rates and requirements under the Service Contract Act (SCA) for various occupations in Idaho, specifically in Ada, Boise, Canyon, Gem, and Owyhee counties. It states that contracts effective from January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, depending on renewal timelines. The determination includes detailed wage rates for numerous occupations, ranging from administrative roles to technical and service positions, with specified fringe benefits, including health care and paid vacations. Additionally, the document highlights the applicability of Executive Orders related to paid sick leave, outlining the conditions under which such leave must be provided. It mandates compliance with the Wage and Hour Division for unlisted job classifications through a conformance request process. This comprehensive wage determination aims to protect workers' rights and ensure fair compensation in federal contracts, aligning with the government's commitment to labor standards and employee welfare.
    The document is a solicitation for proposals (RFP) by the Bureau of Land Management (BLM) for a Jump Drill Seeding project in the Boise District Office, scheduled from September 15 to October 24, 2025. The procurement is set aside for small businesses under the NAICS code 115112, with a size standard not exceeding $9.5 million in annual receipts. The contractor will perform seeding on designated areas using specific equipment and adhere to best practices for cultural and environmental preservation. The project requires the contractor to provide tractors and related equipment, while the government will supply seeding materials. Detailed work specifications and responsibilities include daily logging of seed usage and protection of historic resources. The project emphasizes adherence to safety, environmental standards, and timely execution, with firm fixed-price quotes due by April 23, 2025. The solicitation incorporates various federal regulations to ensure compliance and outlines specific evaluation criteria for proposals. This document serves to attract qualified vendors to execute necessary ecological restoration efforts within federal guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    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--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.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    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.