NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
The Bureau of Reclamation, Interior Region 8: Lower Colorado Basin, (LCB), Boulder City, NV, intends to solicit and negotiate on a sole source basis, a single award, firm-fixed price Indefinite Delivery / Indefinite Quantity (IDIQ) type contract with a five (5) year ordering period under the authority of FAR 6.103-1(b), 41 U.S.C 3304(a)(1) - Only one responsible source and no other supplies or services will satisfy agency requirements, to Greenheart Farms, Inc., 902 Zenon Way, Arroyo Grande, CA 93420.
The IDIQ ceiling is estimated to be $6,000,000. The applicable NAICS code is 111421 - Nursery and Tree Production with a size standard of $3.25M. This procurement will be conducted under the authority of FAR Part 12 - Acquisition of Commercial Products and Commercial Services procedures. The anticipated award date is August 2026.
The Contractor's unique qualifications shall include the ability to: Propagate from seed or cutting the following species: Anemopsis californicus (yerba mansa), Atriplex canescens (fourwing saltbush), Atriplex lentiformis (quailbush), Atriplex polycarpa (cattle saltbush), Baccharis salicifolia (mule fat), Baccharis sarothroides (desert broom), Bouteloua gracilis (blue grama), Distichlis spicata (saltgrass), Distichlis sticata (Inland saltgrass), Eleocharis palustris (common spikerush), Festuca arizonica (Arizona fescue), Muhlenbergia asperifolia (scratchgrass), Paspalum distichum(knot grass), Pluches odorata (marsh fleabane), Populus fremontii (Fremont cottonwood), Prosopis glandulosa v. torreyanna (honey mesquite), Salicornia spp. (pickleweed), Salix exigua (coyote willow), Salix gooddingii (Goodding¿s willow), Schoenoplectus californicus (California bulrush), Schoenoplectus americanus (Scirpus olneyi) (Chairmaker's bulrush), Scirpus tabernaemontani (softstem bulrush), Sporobolus aeroides (alkali sacaton) for the establishment of up to 200,000 plants.
The Contractor shall maintain greenhouse facilities capable of housing up to 1,000,000 plugs and 50,000 potted plants (minimum size 4x4 inches). The greenhouse must include a controlled environment (heat, lights, moisture), rolling benches, and shade systems.
The Contractor must be able to ship plants to planting sites in containers that protect from environmental conditions such as wind and rain. The contractor shall ensure a planting success rate of 95% survival and the ability to plant up to 150,000 trees in a single planting season.
The Contractor shall have the ability to use machinery capable of planting transplants or plantings at 1-foot in-line spacing and a minimum row width of 38 inches, as well as experience in hand-planting plugs, potted plants, and/or both. The Contractor must be able to deliver and plant vegetation at any of the following locations Beal Lake Conservation Area, Cibola National Wildlife Refuge, Cibola Valley Conservation Area, Dennis Underwood Conservation Area, Laguna Division Conservation Area, Palo Verde Ecological Reserve, Planet Ranch, Section 26 Conservation Area, Three Fingers Lake, and Yuma Meadows Conservation Area.
The Contractor shall demonstrate experience performing planting operations under adverse conditions, including hand planting in shallow water, remote locations, temperatures exceeding 100°F, and nighttime work. Past success with similar planting operations should be documented.
Responsible sources interested in responding to this notice may do so by submitting a capability statement prior to May 6, 2026. Any response to this notice must show clear and convincing evidence demonstrating the capability to satisfy the requirements listed above. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. Any prospective contractor must be registered in the System for Award Management (SAM). The contract award information and the approved justification for using noncompetitive procedures will be posted on the BetaSAM website at https://beta.sam.gov/.
Only written responses will be reviewed and considered. Interested parties shall e-mail capability statements to Harris Abellon at harris_abellon@ios.doi.gov. Inquiries must clearly state the solicitation number (140R3026R0007) and subject.