Noxious Weed Treatments - Western Montana District

Agency: INTERIOR, DEPARTMENT OF THE
State: Montana
Type of Government: Federal
FSC Category:
  • F - Natural Resources and Conservation Services
NAICS Category:
  • 561730 - Landscaping Services
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 10, 2024
Due Date: Apr 26, 2024
Solicitation No: 140L3624Q0057
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Noxious Weed Treatments - Western Montana District
Active
Contract Opportunity
Notice ID
140L3624Q0057
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
BUREAU OF LAND MANAGEMENT
Office
MONTANA STATE OFFICE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 10, 2024 12:18 pm MDT
  • Original Date Offers Due: Apr 26, 2024 05:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F006 - NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Beaverhead Co - Tie Creek Area Butte , MT
    USA
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 (effective 02/23/2024).

The associated North American Industrial Classification System (NAICS) code for this procurement is 561730, with a small business size standard of $9.5 Million. The product or service code is F006. The Government will award one or more firm-fixed price contracts resulting from this combined synopsis/solicitation to the responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous to the Government (as determined by the solicitation evaluation criteria).

The Department of Interior, Bureau of Land Management (BLM), Montana State Office is soliciting quotations for vegetation treatment services on selected sites in three counties within Montana. The work consists of applying herbicides in select locations for control of Spotted knapweed, Dalmation toadflax, and Canada thistle on BLM administered lands. However, any additional weed species that are listed on the Montana Noxious Weed Species List shall also be identified and treated per the requirements of the associated Statements of Work.

¿ Beaverhead County (Tie Creek Area)
o The work shall consist of application of contractor-furnished herbicide within the potential project areas as defined on the attached maps. Application for noxious weeds will occur on eight timber harvest units accounting for 300 acres. The work must be conducted between June 1 and August 15, 2024.
o The noxious weed treatment units are in Beaverhead County and located 3 miles west of Wise River, Montana, in the Tie Creek area. Legals of T.1N, R. 12W, Sections 14,15, 23 and 24. The units to be treated are eight previously harvested timber units and 100 feet off both side of the 5 miles of system roads in the area.

¿ Lewis and Clark County (Marysville)
o The work shall consist of application of contractor-furnished herbicide within the potential project areas as defined on the attached maps. Application for noxious weeds will occur on three timber harvest units accounting for 200 acres. The work must be conducted between June 15 and August 15, 2024.
o The noxious weed treatment units are in Lewis and Clark County and located 5 miles north and northwest of Marysville, Montana, in the Long Gulch and Lost Horse areas. Legals for Long Gulch units are T.12N, R. 5W, Sections 30 and 19. Legals for Lost Horse units are T.12N, R. 7W, Sections 24 and 25.

¿ Jefferson County (Whiskey Gulch)
o The work shall consist of application of contractor-furnished herbicide within the potential project areas as defined on the attached maps. Application for noxious weeds will occur on four timber harvest units accounting for 100 acres. The work must be conducted between June 1 and August 15, 2024.
o The noxious weed treatment units are in Jefferson County and located 5 miles north of Rader Creek, Montana, in the Whiskey Gulch area. Legals of T.2N, R. 6W, Sections 26 and 35.

All interested companies must provide quotations for one or more the following price schedules. Quotations will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating quotations, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs.
Price Schedule - Beaverhead County (Tie Creek Area)
Line Item        Description        Quantity        Unit Price        Total Price
10        The work shall consist of application of contractor-furnished herbicide within the potential project areas as defined on the attached maps. Application for noxious weeds will occur on eight timber harvest units accounting for 300 acres. The work must be conducted between June 1 and August 15, 2024.        1        Lump Sum        $
Price Schedule - Lewis and Clark County (Marysville)
Line Item        Description        Quantity        Unit Price        Total Price
20        The work shall consist of application of contractor-furnished herbicide within the potential project areas as defined on the attached maps. Application for noxious weeds will occur on three timber harvest units accounting for 200 acres. The work must be conducted between June 15 and August 15, 2024.        1        Lump Sum        $
Price Schedule - Jefferson County (Whiskey Gulch)
Line Item        Description        Quantity        Unit Price        Total Price
30        The work shall consist of application of contractor-furnished herbicide within the potential project areas as defined on the attached maps. Application for noxious weeds will occur on four timber harvest units accounting for 100 acres. The work must be conducted between June 1 and August 15, 2024.        1        Lump Sum        $
Award will be made to the quoter(s) whose quotation(s) offers the best value to the government. Quotations will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating quotations, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs.

The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov.

The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, ¿Instructions to Offerors¿Commercial Products and Commercial Services¿
2. FAR 52.212-3, ¿Offeror Representations and Certifications¿Commercial Products and Commercial Services¿

Offerors must complete annual representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.212-3. If paragraph (b)(2) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
¿ FAR 52.212-4, ¿Contract Terms and Conditions¿Commercial Products and Commercial Services¿
¿ FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ Commercial Products and Commercial Services¿

This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a one or more purchase orders as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

¿The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.¿

Quotations are due by 5:00 pm on Friday, April 26, 2024, at BLM's Montana State Office, 5001 Southgate, Billings, Montana. Offerors may submit electronic quotations as a response to the anticipated solicitation by sending quotations to cmundt@blm.gov. Electronic quotations will be subject to the same rules as paper offers.

The Government anticipates award of this procurement on or around May 3, 2024. The successful contractor will be required to attend a post-award meeting and complete work as within the period of performance specified in the associated Statement of Work.

For further information about the requirement, offerors should contact Christine Mundt at cmundt@blm.gov or at (406) 896-5030.

All prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award. If you have not updated SAM since October of 2020, you are advised to update early to be sure you are in compliance with the expanded Section 889 prohibitions on not using certain covered technology products.

The successful contractor shall electronically submit all payment requests for the anticipated contract through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the Contracting Officer with its offer.
Attachments/Links
Contact Information
Contracting Office Address
  • 5001 SOUTHGATE DR XXXX
  • BILLINGS , MT 59101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 10, 2024 12:18 pm MDTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Status Details Open GNA HENRY DEEMER PCT Hand thinning forestry services in the

Montana Department of Transprotation

Bid Due: 5/07/2024

Status Details Open GNA Swamp Eddy Fire Reduction GNA Swamp Eddy Fire Reduction

Montana Department of Transprotation

Bid Due: 5/22/2024

Follow NORTHERN ROCKIES STEWARDSHIP BPA Active Contract Opportunity Notice ID 12363N23Q4038 Related Notice

AGRICULTURE, DEPARTMENT OF

Bid Due: 3/16/2026

Follow Elkhorn and Magpie allotment wells Active Contract Opportunity Notice ID 1240LU24Q0029 Related

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/22/2024