TFD FUELS SOUTH FLATS MOWING IDAHO BLM
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), Twin Falls District, Idaho, is seeking proposals for vegetation mowing services within the South Flats Pasture treatment area. This Total Small Business Set-Aside opportunity aims to reduce wildland fire risk and minimize fire size. The contract will be a Firm Fixed-Price award. Quotes are due by April 30, 2026, 5:00 PM Eastern.
Scope of Work
The contractor will be responsible for mechanically mowing approximately 2,176 acres of vegetation within the designated South Flats Pasture. Mowing must achieve a height of no more than eight (8) inches, with cuttings and mulch left evenly spread. The work requires adherence to specified boundaries and avoidance of designated sensitive areas. A minimum of 95 percent work quality is required for full payment.
Contract & Timeline
- Contract Type: Firm Fixed-Price Request for Quotation (RFQ)
- Set-Aside: Total Small Business (NAICS 115310, $34M size standard)
- Performance Period: October 1, 2026 – November 15, 2026 (46 calendar days)
- Location: Approximately four (4) miles northeast of Malta, Idaho, within Cassia County, on BLM-administered land.
- Quotes Due: April 30, 2026, 5:00 PM Eastern
- Published Date: April 13, 2026
Key Requirements & Deliverables
- Equipment: Must include four-wheel drive tractors with adequate horsepower, rubber tires or tracks, rollover protection structures, and pull-behind or push rotary mowers capable of cutting to eight inches. All equipment must have approved spark arresters, one shovel, and one 10-lb ABC fire extinguisher.
- Personnel: Adequate workforce with an on-site foreman, adhering to OSHA standards.
- Compliance: Bidders must be registered and active in SAM.gov. The Service Contract Act Wage Determination applies, dictating minimum wage rates and fringe benefits.
- Performance: Work is contingent on weather and ground conditions. Contractors must be prepared to start within three days of COR notification.
Submission & Evaluation
- Submission: Quotes must be emailed to charles_dodson@ios.doi.gov. Submissions must include a completed bid schedule and other items as described in FAR 52.212-2.
- Evaluation Factors: Technical Capability, Prior Relevant Experience/Past Performance, and Price.
- Award: The Government will award to the responsible offeror whose proposal is most advantageous, considering all evaluation factors.
Contact Information
- Primary Contact: Charles Dodson
- Email: cdodson@blm.gov
- Phone: 208-769-5008