2026 IDAHO FALLS DISTRICT ROADSIDE HERBICIDE SPOT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Land Management (BLM), Idaho State Office, has issued a Combined Synopsis/Solicitation (Notice ID: e500f58319a8437585ebed82d48def4a) for Roadside Herbicide Spot Application Services in the Idaho Falls District. This Total Small Business Set-Aside opportunity seeks to reduce and eradicate Russian thistle within established roadside fuel break segments. Firm-fixed-price quotes are due by March 25, 2026, at 11:00 A.M. MDT.
Scope of Work
The contractor will provide inventory and spot treatment of Russian thistle across approximately 1,987 acres, with an anticipated treatment area of no more than 200 acres per application period. The requirement includes two application periods: an initial treatment and a follow-up approximately 30 days later, with the second application omitting Aminopyralid. Specific herbicides such as 2,4-D Amine, Dicamba, Floroxypyr, and Aminopyralid, along with non-ionic surfactant and blue dye, are specified. The contractor must supply all necessary labor, equipment (power washed, free of debris, with specific requirements for spray tanks, nozzles, booms, and GPS units), tools, materials, and supervision. Applicators must hold a current Idaho Professional Applicator License in the Agricultural Pesticide Category, and a Contractor Representative fluent in English is required. Compliance with OSHA standards, fire prevention, and proper herbicide handling/disposal is mandatory. Maps detailing the vicinity and specific application units are provided.
Contract & Timeline
This is a Firm-Fixed-Price contract. The Period of Performance is 65 days, with an estimated start date of April 27, 2026, and an estimated end date of June 30, 2026. This opportunity is a Total Small Business Set-Aside under NAICS code 115112 (Nonresidential Building Construction) with a size standard of $9.5 Million in annual receipts, though the service code is F006 (Land Treatment Practices Services). The solicitation was published on March 11, 2026.
Submission & Evaluation
Quotes are due via email to tparsons@blm.gov by March 25, 2026, at 11:00 A.M. MDT. Offerors must be registered and active in the System for Award Management (SAM). Proposals must include a completed Standard Form 1449, a completed Bid Schedule, and a detailed work plan demonstrating technical capability. Evaluation will be based on "Best Value" to the Government, considering price and other factors, not solely the lowest price. Key evaluation factors include:
- Technical Capability: Work plan, schedule, production rates, GPS experience, quality control, safety, equipment, and logistics.
- Applicant Qualifications: Experience of key personnel, current Idaho Professional Applicator License, and experience in remote/adverse conditions.
- Past Performance: 2-5 recent and relevant projects, client satisfaction, and resource management.
- Price: Reasonableness of the Bid Schedule.
Additional Notes
This solicitation is "All or None," and the FOB Point is Destination, meaning all delivery costs must be included in the unit price. All questions must be emailed to the Contracting Officer, Thomas Parsons (tparsons@blm.gov). Attachments include a Wage Determination, Evaluation Factors, and Work Location Maps.