F--PFO Herbicide Application BPA
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, Pocatello Field Office, is soliciting proposals for a Blanket Purchase Agreement (BPA) for On-the-Ground Herbicide Application Services. This opportunity is a Total Small Business Set-Aside and aims to establish a pool of qualified vendors for noxious and invasive weed control. An amendment has been issued to provide government responses to vendor questions and update Appendix 3. Quotes are due by April 14, 2026, at 5 PM Mountain Time.
Scope of Work
Contractors will provide on-the-ground herbicide application services for noxious and invasive weed control within the Pocatello Field Office boundaries. This includes furnishing all labor, equipment, tools, materials, supervision, and supplies. Services will be performed on BLM-administered lands, potentially involving varied terrain and accessibility. Key requirements include adherence to herbicide labels and regulations, uniform coverage, submission of GPS data and daily records, and compliance with environmental conditions and restrictions.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Blanket Purchase Agreement (BPA)
- Period of Performance: May 1, 2026 – April 30, 2031 (as updated by Amendment 0001)
- Place of Performance: Pocatello Field Office, Idaho (Pocatello, ID 83204)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Purchase Limitation: No single call against the BPA shall exceed $250,000.
- Pricing: Bidders must provide unit prices for various chemical applications and herbicides on an individual line item basis, ensuring pricing is as low as or lower than charged to their most favored customer.
Submission & Evaluation
Proposals must include a cover page, a completed Pricing Schedule (Appendix 1), and a detailed work plan demonstrating technical capability, methods, key personnel (including current Idaho Professional Applicator License), and a timing plan. Offerors must also submit past performance information (2-5 recent and relevant projects). Evaluation factors include Technical Capability, Prior Experience and Past Performance, and Price. Award will be made to the responsible offeror(s) providing the best value to the Government. Offerors must be registered in SAM.gov and complete required representations and certifications (FAR 52.212-3).
Key Documents & Updates
- Amendment 0001 (April 10, 2026): Provides Government Responses to vendor questions and updates ordering officials on Appendix 3. It also confirms the period of performance.
- Appendix 3 (April 9, 2026): Outlines BPA terms and conditions, including ordering procedures, purchase limitations, and evaluation criteria for individual BPA calls (past performance, availability, price).
- Contractor Questions and Government Responses: Clarifies pricing structure (separate line items for price per acre and chemical), the purpose of the current RFQ (to establish a vendor pool and maximum BPA price), and distinguishes it from previous RFI activities.
- Attachment 1 (PWS): Details the scope of work, performance standards, and special requirements.
- Attachments 3 & 4: List BLM Approved Herbicide Formulations and Adjuvant Information, respectively.
- Attachments 5, 6, 7: Provide Wage Determinations for various Idaho counties, crucial for labor cost estimation.
Contact Information
For questions, contact McBride, Heather at hmcbride@blm.gov or 208-373-3993.