SOLICITATION NOTICE
F -- FY25 IDIQ's for GHMC Aerial Insecticide Treatments
- Notice Date
- 3/4/2025 7:22:24 AM
- Notice Type
- Presolicitation
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- MRPBS MINNEAPOLIS MN MINNEAPOLIS MN 55401 USA
- ZIP Code
- 55401
- Solicitation Number
- 12639525Q0079
- Response Due
- 3/31/2025 11:00:00 AM
- Archive Date
- 04/15/2025
- Point of Contact
- Kim Yen Tu, Phone: 16123363602
- E-Mail Address
-
kimyen.n.tu@usda.gov
(kimyen.n.tu@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The USDA, Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine Services (PPQ), Grasshopper and Mormon Cricket (GHMC) Suppression Program intends to establish multiple awards, firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts as a result of the pre-solicitation and solicitation posting for Grasshopper and Mormon Cricket insecticide spraying on an as needed basis. The objective is to reduce the grasshopper and Mormon Cricket population in each of the states if GHMC populations reach treatment levels. It is estimated that aerial spraying treatments will be needed sometime may through August each year. The contractor is required to provide all labor, equipment, supervision, transportation, operating supplies, and incidentals necessary for applying pesticides. Not all states will experience GHMC populations levels that will require treatment on an annual basis. There maybe years where no treatment will be needed for a state. USDA APHIS PPQ intends to issue at least 2 IDIQ contracts for each of the state, however the Government reserves the right to award as many IDIQ contracts as it deems fit. Potential states requiring an IDIQ contract are listed below: Nevada Oregon Wyoming Colorado Montana Utah The contractor may provide quotes for each state they are willing to perform services in. The minimum order requirement will be set at $500 for each IDIQ contract that will be awarded. Maximum order limitations will vary based on the targeted areas and whether a contractor has access to multiple geographical areas but shall not exceed $1,000,000. No contract awarded as a result of this solicitation will have any obligation to order beyond the initial minimum. No contract awarded as a result of this solicitation will have any obligation for orders beyond the initial minimum of $500. Resulting Task Orders would be issued against an IDIQ contract using the fair opportunity ordering procedures outlined in the IDIQ Statement of Work (SOW). The type of service is a full-service rangeland aerial spraying treatment using Diflubenzuron or other approved products. A contractor upon award of a contract, will provide all required pesticide, clean crop oil, buffering agents and water to complete the application once a task order designed is issued. The GHMC General Statement of Work (Attachment 1) lists technical specifications, terms and conditions applicable to any contracts awarded for USDA APHIS rangeland Grasshopper and Mormon Cricket Suppression Program Aerial Application services. No response is neccessary for this pre-solicitation notice. The solicitation will be posted at a later time. It is the contractors responsibility to check SAM for any updates to this contract opportunity.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85c4b4a9540646d2a8c8c0ff136541e8/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07360097-F 20250306/250304230042 (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 |