BDO BLM FY25 PADDOCK NOXIOUS WEED TRT
ID: 140L2625Q0024Type: Combined Synopsis/Solicitation
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- AERIAL FERTILIZATION/SPRAYING (F001)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 9:00 PM UTC
Description

The Bureau of Land Management (BLM) is soliciting bids for herbicide application services under the project titled "BDO BLM FY25 Paddock Noxious Weed Treatment," aimed at managing invasive noxious weeds in Idaho. The contract, set aside for small businesses, requires contractors to provide all necessary labor, equipment, and herbicides while adhering to strict safety and operational guidelines, including compliance with Idaho commercial applicator licensing. This initiative is crucial for maintaining environmental integrity and effective land management across 2,969 acres, specifically targeting Yellow Starthistle and Common Crupina in five designated treatment areas. Quotes are due by April 9, 2025, with work expected to commence on April 14, 2025, and interested parties can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.

Point(s) of Contact
Celestin, Galby
(208) 373-3958
(208) 769-5050
gcelestin@blm.gov
Files
Title
Posted
Mar 24, 2025, 9:05 PM UTC
The document outlines the Statement of Work for the BDO BLM FY25 Paddock Noxious Weed Treatment project, primarily seeking a contractor for herbicide application services in Idaho. Key responsibilities include providing all labor, equipment, herbicides, and maintaining compliance with Idaho commercial applicator licensing. Contractors must monitor weather conditions and adhere strictly to safety, operational guidelines, and herbicide label instructions. Daily pesticide application records (PAR) and a Differential Global Positioning System (DGPS) are necessary for accurate tracking and reporting of treated areas. The document emphasizes a structured approach to application, including environmental considerations, equipment requirements, and safety protocols for handling herbicides. Additionally, evaluation factors for contract awards focus on prior experience, past performance, and price fairness. Overall, this RFP aims to effectively manage noxious weed control while ensuring compliance with federal and state regulations.
The document outlines detailed specifications for herbicide application treatments targeting noxious weeds on federal lands managed by the Bureau of Land Management (BLM) in Idaho. The initiative includes five key treatment items focusing on Yellow starthistle (Centaurea solstitialis) and Common crupina (Crupina vulgaris) over various acres across different locations, including Almaden, Little Willow, Indian Creek, Four Mile, and Upper Sheep Creek. Each treatment area has its designated start date of April 14, 2025, and requires contractors to provide all necessary materials and equipment, including herbicides and adjuvants, strictly adhering to specified application rates. The locations span federal lands in Washington and Payette Counties, with varying elevation and slope characteristics. Important application stipulations prohibit treatments during high temperatures (above 85°F) and emphasize the need for responsible handling and application techniques to minimize drift and non-target impacts. The document emphasizes that all herbicides used must be from the BLM's approved list and require prior purchase and secure storage. This project reflects the government's commitment to manage invasive species effectively, ensuring environmental integrity and compliance with regulatory standards.
The BDO BLM FY25 Paddock Noxious Weed Treatment RFP outlines the procurement of herbicide application services for five locations, covering a total of 2,969 acres. The contract includes specific line items detailing the estimated quantities for each herbicide application across various sites, with a performance window of ten days from the actual start date. A pre-work meeting is scheduled for April 14, 2025, marking both the meeting and the expected commencement of work. The contractor must complete the applications based on the timing influenced by weather conditions and the growth stages of the targeted weed species. Furthermore, contractors are required to procure specific herbicide and adjuvant prior to the start date. Adherence to the timeline and specifications ensures effective treatment of noxious weeds, thus reinforcing environmental management efforts.
The Bureau of Land Management (BLM) outlines a project to treat noxious weeds across multiple units in Idaho, specifically targeting Yellow Starthistle and Common Crupina. The treatment spans a total of 2,969 acres, divided into various segments: the Almaden Unit (52 acres), Little Willow Unit (316 acres), Indian Creek Unit (120 acres), Four Mile Unit (68 acres), and Upper Sheep Creek Unit (2,413 acres). Each unit's management involves federal, state, and private land coordination, with maps indicating specific treatment areas. The document emphasizes that data accuracy is not guaranteed and provides contact information for inquiries at the BLM Boise District Office. The overarching goal of this project is to manage invasive species and maintain environmental integrity in the region, illustrating federal efforts in land management and ecological restoration.
Mar 24, 2025, 9:05 PM UTC
The document outlines the wage determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor, specifically Wage Determination No. 2015-5503, Revision No. 24, effective from December 23, 2024. It specifies minimum wage rates due to Executive Orders 14026 and 13658, applicable to federal contracts. For contracts starting or renewed on or after January 30, 2022, workers must be paid at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 per hour if not renewed after January 30, 2022. The document details required fringe benefits, occupations with corresponding wage rates, and specific conditions about complying with these labor standards, such as paid sick leave under Executive Order 13706. All listed occupations receive standard health and welfare benefits totaling $5.36 per hour, along with vacation and holiday entitlement after specified tenures. Furthermore, guidelines for requesting additional classifications and wage rates through the conformance process are included, ensuring compliance with the SCA's enforceable wage and benefit standards. This structure supports the federal government's objectives in promoting fair labor standards in service contracts, ensuring workers are compensated equitably.
Mar 24, 2025, 9:05 PM UTC
The Bureau of Land Management (BLM) Boise District Office is soliciting bids for herbicide spray application services through a Request for Quotation (RFQ) identified as 140L2625Q0024. This contract is set aside for small businesses under NAICS code 115112 with a size standard of $9.5 million. Quotes are due by April 9, 2025. Applicants are encouraged to demonstrate their technical capability, prior experience, and past performance, as well as provide a completed bid schedule. The contract term spans from April 14, 2025, to May 31, 2025, with specified tasks to include environmental pest control. The document details the necessary qualifications, including having an active registration in the System for Award Management (SAM) and outlines various federal acquisition clauses that must be adhered to. Emphasis is placed on the need for compliance with regulations regarding telecommunications equipment and services. Experienced personnel and the appropriate equipment must be detailed in proposals, further substantiating the company's ability to effectively fulfill the contract requirements. The ultimate award will be based on the best value for the government, evaluated against submitted bids, ensuring that quality and cost-effectiveness are prioritized.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
BUTTE/HARDING COUNTNOXIOUS WEED CONTROL
Buyer not available
The Bureau of Land Management (BLM) is seeking contractors for the Butte/Harding County Noxious Weed Control project in South Dakota, aimed at managing invasive plant species across approximately 12,346 acres of public land. The project requires the treatment of noxious weeds such as leafy spurge and Canada thistle, with an initial coverage of at least 150 acres, and is scheduled to take place from July 7 to August 30, 2025. This procurement is set aside for small businesses under the NAICS code 115112, emphasizing compliance with federal regulations and labor standards, including wage determinations for various occupations. Interested bidders must submit their quotes electronically by May 15, 2025, and direct any inquiries to Christopher Brailer at cbrailer@blm.gov or by phone at 406-896-5196.
S--SGH UNITS NOXIOUS WEED TREATMENT PROJECT
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking quotations for the S--SGH Units Noxious Weed Treatment Project in the Helena, Montana area. The project involves applying contractor-furnished herbicides to control invasive species, including Spotted knapweed, Dalmatian toadflax, and Canada thistle, across three timber harvest units totaling 500 acres, with work scheduled between June 1 and August 30, 2025. This initiative is part of federal efforts to manage invasive species and protect local ecosystems, and it is set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million. Interested contractors should prepare for a Request for Quotation (RFQ) expected to be issued around April 25, 2025, with quotations due by May 23, 2025; for further information, contact Christine Mundt at cmundt@blm.gov or (406) 896-5030.
EXEMPTION AREA NOXIOUS WEED CONTROL
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to provide noxious weed control services for approximately 171.5 acres in Lawrence County, South Dakota, as part of the Exemption Area Noxious Weed Control project. The contractor will be responsible for managing invasive plant species, specifically targeting St. Johnswort, Common Tansy, and Leafy Spurge, with treatment scheduled from June 25 to August 11, 2025. This initiative is crucial for maintaining ecological health and compliance with federal and state regulations, emphasizing integrated pest management strategies. Interested vendors must submit their proposals by May 15, 2025, and can contact Christopher Brailer at cbrailer@blm.gov or 406-896-5196 for further information.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
Dworshak Treatment of Noxious and Pest Weeds
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors to provide non-personal services for the treatment of noxious and pest weeds on lands surrounding Dworshak Dam and Reservoir in Idaho. The contract involves chemical and mechanical treatments targeting various invasive weed species across approximately 168 acres, with specific requirements for herbicide application and adherence to safety and environmental regulations. This initiative is crucial for managing natural resources and ensuring the ecological integrity of the area, which supports recreational activities and public safety. Interested contractors must possess a valid Idaho State Professional Pesticide Applicator’s License and submit proposals by the deadline, with the performance period set from May 1 to August 31, 2025. For further inquiries, contact Gregory Moyer at Gregory.Moyer@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil.
B--VEGETATION SURVEY PROJECTS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Vale Vascular Plant Surveys project in Oregon, aimed at conducting comprehensive botanical assessments across approximately 9,671 acres. The primary objectives include identifying and mapping target vascular plant species and noxious weeds, while providing detailed ecological descriptions of the surveyed areas over a performance period from May 15, 2025, to July 20, 2027. This initiative underscores the importance of environmental stewardship and the conservation of biodiversity, particularly in the Vale District, and is restricted to small businesses under the NAICS code 541620. Interested parties must submit their proposals by May 8, 2025, and direct any inquiries to Linda Neely at lneely@blm.gov or by phone at 458-899-4077.
F--WOLFHOLE LAKE LRP-S. SEEDING APPLICATION
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to participate in the Wolfhole Lake Landscape Restoration Project, specifically for a seeding application across 273 acres of BLM-administered lands in Mohave County, Arizona. The objective of this procurement is to enhance vegetative species diversity by seeding native plants, which will improve wildlife habitat and rangeland health prior to planned mastication work over a larger area. This initiative is crucial for restoring ecosystems and managing invasive species, thereby promoting environmental conservation efforts. Interested contractors must submit their proposals, including pricing details, by May 12, 2025, to Cynthia Markum at cmarkum@blm.gov, with the contract award contingent upon the availability of funds and compliance with federal regulations.
Herbicide Treatment-PLO 1015 unit of Buenos Aires
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for herbicide treatment services targeting non-native salt cedar resprouts at the Buenos Aires National Wildlife Refuge in Avondale, Arizona. The contractor will be responsible for providing personnel, equipment, and the herbicide Garlon 4 Ultra to effectively manage invasive species over approximately 60 acres, as part of a habitat restoration initiative following the 2020 Avondale Fire. This project is crucial for enhancing ecological conditions and supporting native wildlife recovery efforts. Interested small businesses must submit their proposals by April 30, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
F--BLM NORWOOD RIM MECHANICAL FUELS REDUCTION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Norwood Rim Mechanical Fuels Reduction project, which aims to reduce hazardous fuel loads on 150 acres of BLM land northeast of Norwood, Colorado. The project involves cutting and piling Pinyon and Juniper trees to achieve appropriate crown spacing, with work scheduled to commence between September 2 and October 14, 2025. This initiative is crucial for enhancing land management and environmental protection efforts in the region. Interested vendors must submit their quotes electronically by May 16, 2025, and may inquire about the project until May 12, 2025; a site visit for bidders is scheduled for May 6, 2025. For further information, contractors can contact Daniel Rosales at drosales@blm.gov.
Intermountain Stewardship BPA
Buyer not available
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.