AM001 - The purpose of this amendment is to revise Attachment 1 PWS and replace with revised attachment dated 8 APR 25 and provide Government responses to vendor questions.
***THE ENTIRETY OF THE PROJECT IS TO BE COMPLETED IN IDAHO***
A. This is a solicitation for Project # PFO Herbicide Application, Pocatello, Idaho
B. The Bureau of Land Management (BLM) Idaho state office has a requirement to herbicide application over 1,000 acres. The objective of this service is to reduce noxious weeds within the six (6) project locations. Due to the differing plant life cycles of noxious weeds that occur in the PFO, the projects with Dyer¿s woad and whitetop (which bolts and blooms in the early spring) take priority and need to be treated before other sites are treated and areas with higher elevations take last priority in treatment order as the noxious weeds flower later in the season at higher elevations. The Contractor shall furnish all personnel, tools, labor, supervision, equipment, materials, supplies, transportation, training, and incidentals necessary to perform herbicide application services in accordance with the specifications provided.
C. Any questions must be submitted by e-mail to the point of contact below no later than April 4, 2025 by 5:00 PM Mountain Time. All questions will be responded to by Amendment through sam.gov (GPE) only. Site Visits may be conducted by vendors on their own provided the sites are open for public access. The Government is not conducting an official site visit as access is and may continue to be questionable during solicitation timeframe. Coordinates and general descriptions of the sites and access are provided in PWS paragraph 1.6.3.
D. The period of performance for this project is April 28 ¿ September 30, 2025. Project areas have varying required performance timelines specified that fall within the overall performance period. See PWS and attachments for details.
E. This acquisition is being solicited as a Total Small Business Set-Aside based upon North American Industry Classification System (NAICS) code 115310, size standard of $11.5 million.
F. The Government intends to award one Firm-Fixed Price (FFP) contract for this project.
G. This solicitation is issued electronically. It is only available via the official SAM.gov website. Potential offerors are responsible for downloading their own copy of the solicitation package as no paper copies will be furnished. Potential offerors shall register at SAM.gov in order to receive notifications and/or changes to solicitation.
H. All offerors MUST be registered in the System for Award Management (SAM) database in order to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.fsd.gov. Reach out to SBA (Boise | U.S. Small Business Administration) or APEX Accelerator (https://www.sba.gov/local-assistance/federal-contracting-assistance) for resources on getting started with Government Contracting. Find upcoming training through local SBA Find upcoming events | U.S. Small Business Administration.
I. Electronic quotes will be the only accepted method for submission of quotes for this solicitation. Traditional paper quotes will not be accepted. Electronic quotes must be received prior to the date and time specified in this request for quote by the Contracting Officer Heather McBride at hmcbride@blm.gov.
J. Adobe (.pdf) and Microsoft (.doc) are acceptable formats for submitting Quotes. The electronic file must be under 8MB total to ensure it can be received by e-mail. If you are having any issues submitting your quotes, please contact the Contracting Officer as soon as possible.
K. Quotes are due by April 14, 2025 at 5:00 PM Mountain Time.
L. The Government reserves the right to cancel this solicitation. Any questions shall be sent to the point of contact listed above.