BOISE DISTRICT BLM FY26 BROADCAST SEEDING
SOL #: 140L2626Q0008Combined Synopsis/Solicitation
Overview
Buyer
Interior
Bureau Of Land Management
IDAHO STATE OFFICE
BOISE, ID, 83709, United States
Place of Performance
Place of performance not available
NAICS
Soil Preparation (115112)
PSC
Aerial Seeding Services (F002)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 25, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 4, 2026, 6:00 PM
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), Boise District, is soliciting proposals for aerial broadcast seeding services for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity, procuring services to cover approximately 42,790 acres across various locations in Idaho and Oregon. Quotes are due March 4, 2025, by 11:00 A.M. MST.
Scope of Work
The contractor will provide aerial broadcast seeding services, utilizing Differentially Corrected Global Positioning System (DGPS) for navigation and data collection. Key requirements include:
- Seed Application: DGPS for electronic navigation; on-ground flaggers or auto-flagger systems can supplement. DGPS equipment must support parallel offset and a minimum one-second logging interval.
- Seed Handling: Government will furnish seed, which the contractor must pick up from the BLM Regional Seed Warehouse in Boise, Idaho, and transport/protect.
- Seeding Operation: Seed must be distributed at the required lbs./acre rate. Seeding is prohibited during wind gusts exceeding 15 mph without COR permission. A minimum of two inches of snow cover is required for operations.
- Coverage: Uniform coverage at the specified rate, with no more than 15% variation. Appropriate application altitude is necessary.
- Environmental & Safety: Compliance with all applicable Federal, state, and local environmental laws, and identification/mitigation of ground/above-ground hazards.
Contract Details
- Contract Type: Firm, fixed-price.
- Period of Performance: Approximately 7 days total performance time, with an approximate start date of March 16, 2026, dependent on seed availability and COR notification.
- Estimated Value: Not explicitly stated, but the NAICS code 115112 (Earthmoving and Excavation Contractors) has a size standard of $9.5 Million annual receipts.
Submission & Evaluation
- Submission Deadline: March 4, 2025, by 11:00 A.M. MST.
- Submission Method: Quotes accepted via email at tparsons@blm.gov.
- Evaluation Criteria: Offers will be evaluated based on Technical Capability, Prior Relevant Experience/Past Performance, and Price. Award will be made to the responsible offeror whose proposal is most advantageous to the Government.
- Required Documents: Completed Standard Form 1449, completed Bid Schedule, and a detailed work plan.
Eligibility / Set-Aside
- Set-Aside: This solicitation is set-aside for Total Small Business concerns.
- NAICS Code: 115112 (Earthmoving and Excavation Contractors).
- Small Business Size Standard: Not to exceed $9.5 Million in annual receipts for the preceding three fiscal years.
Additional Notes
- Site Visit: No site visit will be held.
- Registration: Offerors must be registered and active in the System for Award Management (SAM).
People
Points of Contact
Dodson, CharlesPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Award Notice
Posted: Mar 10, 2026
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 25, 2026