Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2025 SAM #8530
SPECIAL NOTICE

F -- F--Noxious, Invasive, and Nuisance Species Treatments, St. Mary Canal Drop Structu

Notice Date
4/2/2025 2:46:21 PM
 
Notice Type
Special Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
 
ZIP Code
59101
 
Solicitation Number
140R6025Q0023
 
Response Due
4/18/2025 2:00:00 PM
 
Archive Date
05/03/2025
 
Point of Contact
Stevenson, Branddy, Phone: 0000000000
 
E-Mail Address
bstevenson@usbr.gov
(bstevenson@usbr.gov)
 
Description
Noxious, Invasive, and Nuisance Species Treatments, St. Mary Canal Drop Structures 2 and 5, Blackfeet Reservation, Glacier County, MT NOTICE OF SOLE SOURCE INTENT THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Bureau of Reclamation�s (Reclamation) Missouri Basin Regional Office intends to award a purchase order to the Blackfeet Tribe of the Blackfeet Indian Reservation to perform Weed Mitigation in accordance with State and Federal law and to control invasive and nuisance species (as identified by Reclamation, Montana Department of Agriculture, and Montana Weed Control Association) on Reclamation lands surrounding St. Mary Canal Drop Structures 2 and 5, on the Blackfeet Reservation, Glacier County, MT. After failure and reconstruction of Drop Structures 2 and 5, nuisance and noxious weeds are in need of mitigation. Adjacent landowners are voicing concerns over the weed management and transference of weeds to lands. Noxious, invasive, and nuisance plants reduce habitat for native plants and animals, increase erosion, degrade riparian areas, create fire hazards, cause significant economic losses, and interfere with cattle grazing. Under the resultant purchase order, the Blackfeet Tribe�s Noxious Weed Program will analyze the species identified by the Bureau of Reclamation and work to control the invasive and nuisance species. Reclamation anticipates Request for Quote (RFQ) No. 140R6025Q0023 for this requirement will be issued to the System for Award Management (SAM) website on or around May 15, 2025, as a sole source requirement. The quote will be due approximately 30 business days after the solicitation is issued. The resulting purchase order will result in a 1-year period of performance plus 4-option years. The Government anticipates an award on or around June 30, 2025 and service to begin July 1, 2025. Reclamation�s experience is that only one responsible source, the Blackfeet Tribe�s Noxious Weed Management Program, can fully provide the services that will satisfy the agency�s requirements, a Determination to Solicit from a Single Source is being prepared. The Bureau of Reclamation has determined not to compete this contract, pursuant to the Federal Acquisition Regulation (FAR) 13.106-1(b)(1), Soliciting from a Single Source. For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract deem only one source reasonably available. This procurement will be conducted using Simplified Acquisition Procedures with only one source reasonably available. Vendors that have questions regarding the sole source nature of this requirement or vendors that believe they can fully provide the required services are encouraged to identify themselves and give written notification to the Contract Specialist. In order to allow for sufficient Government consideration and potential quote evaluation, vendors must submit their written Letter of Interest no later than April 18, 2025, at 3:00 PM MDT. Responses received after April 18, 2025, may not be considered by the Government. Letters of Interest in response to this notice must be emailed to the Contract Specialist, Branddy Stevenson, at bstevenson@usbr.gov. All responses should include the vendor�s SAM Unique Entity Identification (UEI) Number and Tax Identification Number (TIN). Vendors should additionally identify themselves as either a �small business� or an �other than small business� under the North American Industry Classification System (NAICS) Code 561730 � Landscaping Services. The Small Business Administration small business size standard for NAICS 561730 is $9.5 million. A determination by the Government not to compete this proposed action based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive requirement. Any vendor interested in doing business with the Federal Government must be registered in the SAM database at the time an offer or quotation is submitted. SAM is a Federal Government-owned and operated FREE website that consolidates the Central Contractor Registration (CCR), Online Representation and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). This website is located at https://sam.gov. All invoices for this procurement must be submitted through the Department of Treasury�s Internet Platform (IPP) located at www.IPP.gov. Any questions regarding this proposed action can be directed to Branddy Stevenson at bstevenson@usbr.gov. For record keeping purposes, telephone responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/19cf4ae6ec78416482d28b3a47681310/view)
 
Place of Performance
Address: 301 Camp 9 Rd., Babb, MT 59411, USA
Zip Code: 59411
Country: USA
 
Record
SN07394559-F 20250404/250402230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.