DOI's Bureau of Land Management awards $80K BPA Call for herbicide application services to Red Mtn. Resource LLC
Contract Overview
Contract Amount: $80,000 ($80.0K)
Contractor: RED MTN. Resource LLC
Awarding Agency: Department of the Interior
Start Date: 2026-04-01
End Date: 2030-04-30
Contract Duration: 1,490 days
Daily Burn Rate: $54/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SFO RED MTN RESOURCE 140L2625A0007 BPA CALL CONDUCT HERBICIDE APPLICATIONS ACCORDING TO GROWTH CYCLES: SPRING/SUMMER: TARGET SEASONAL GROWTH OF INVASIVE SPECIES. FALL: COMBINATION TREATMENTS TARGETING PERENNIAL AND ANNUAL SPECIES FOR ROOT UPTAKE A
Place of Performance
Location: SALMON, LEMHI County, IDAHO, 83467
State: Idaho Government Spending
Plain-Language Summary
Department of the Interior obligated $80,000 to RED MTN. RESOURCE LLC for work described as: SFO RED MTN RESOURCE 140L2625A0007 BPA CALL CONDUCT HERBICIDE APPLICATIONS ACCORDING TO GROWTH CYCLES: SPRING/SUMMER: TARGET SEASONAL GROWTH OF INVASIVE SPECIES. FALL: COMBINATION TREATMENTS TARGETING PERENNIAL AND ANNUAL SPECIES FOR ROOT UPTAKE A Key points: 1. Contract awarded for essential invasive species management in Idaho. 2. Competition method (SAP) suggests potential for price discovery. 3. Firm Fixed Price contract type mitigates cost overrun risk. 4. Service period spans nearly 5 years, aligning with growth cycles.
Value Assessment
Rating: good
The contract value of $80,000 over approximately 5 years appears reasonable for specialized herbicide application services. Benchmarking against similar environmental services contracts would provide a more precise assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), indicating a limited competition environment. While SAP aims for efficiency, it may not always yield the most competitive pricing compared to full and open competition.
Taxpayer Impact: The cost is relatively low, suggesting a minimal direct taxpayer impact. Effective invasive species control, however, provides long-term ecological and economic benefits.
Public Impact
Protects native ecosystems and biodiversity by controlling invasive plant species. Supports land management goals for rangelands and natural resources in Idaho. Ensures timely application of treatments aligned with plant growth cycles for maximum effectiveness. Contributes to the long-term health and productivity of public lands.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP.
- Potential for unoptimized pricing due to limited competition.
Positive Signals
- Firm Fixed Price contract.
- Long contract duration aligns with service needs.
- Specific service requirements tied to growth cycles.
Sector Analysis
This contract falls under professional, scientific, and technical services, specifically environmental management. Spending in this sector often supports regulatory compliance, conservation efforts, and infrastructure maintenance.
Small Business Impact
The contract was awarded to Red Mtn. Resource LLC. Further analysis is needed to determine if this is a small business and if opportunities were provided for other small businesses.
Oversight & Accountability
Oversight would involve monitoring the quality and timeliness of herbicide applications, ensuring compliance with environmental regulations, and verifying that services are performed according to the contract's specifications.
Related Government Programs
- All Other Professional, Scientific, and Technical Services
- Department of the Interior Contracting
- Bureau of Land Management Programs
Risk Flags
- Limited competition may lead to higher costs.
- Effectiveness dependent on contractor's expertise and adherence to schedule.
- Environmental impact of herbicide use requires careful monitoring.
- Long contract duration could be subject to changing environmental conditions or regulations.
Tags
all-other-professional-scientific-and-te, department-of-the-interior, id, bpa-call, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $80,000 to RED MTN. RESOURCE LLC. SFO RED MTN RESOURCE 140L2625A0007 BPA CALL CONDUCT HERBICIDE APPLICATIONS ACCORDING TO GROWTH CYCLES: SPRING/SUMMER: TARGET SEASONAL GROWTH OF INVASIVE SPECIES. FALL: COMBINATION TREATMENTS TARGETING PERENNIAL AND ANNUAL SPECIES FOR ROOT UPTAKE A
Who is the contractor on this award?
The obligated recipient is RED MTN. RESOURCE LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Land Management).
What is the total obligated amount?
The obligated amount is $80,000.
What is the period of performance?
Start: 2026-04-01. End: 2030-04-30.
What is the specific definition of 'limited competition' under SAP for this contract, and how was the price determined to be fair and reasonable?
Simplified Acquisition Procedures (SAP) typically allow for limited competition, often involving fewer than three offers or specific justifications for not soliciting more. The price is usually determined fair and reasonable through comparison with previous purchases, market research, or catalog pricing, especially for smaller dollar amounts like this $80,000 contract.
What are the potential environmental risks associated with the herbicide application, and what mitigation measures are in place?
Potential risks include off-target damage to native vegetation, water contamination, and harm to non-target organisms. Mitigation measures likely involve adherence to specific application protocols, use of approved herbicides, buffer zones near water bodies, and trained personnel following best management practices.
How will the effectiveness of the herbicide applications be measured to ensure optimal results and taxpayer value?
Effectiveness will likely be measured through post-application monitoring of invasive species reduction, assessment of native plant recovery, and comparison of treated areas against control plots. Performance metrics may be defined in the BPA Call, with regular reporting from the contractor and agency oversight.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: NATURAL RESOURCES MANAGEMENT › ENVIRONMENTAL SYSTEMS PROTECTION
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140L2625Q0004
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2099 S 50 E, OAKLEY, ID, 83346
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $80,000
Exercised Options: $80,000
Current Obligation: $80,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: 140L2625A0007
IDV Type: BPA
Timeline
Start Date: 2026-04-01
Current End Date: 2030-04-30
Potential End Date: 2030-04-30 00:00:00
Last Modified: 2026-04-01
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)