F--Eastern States ORC Region 2
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), under the Department of the Interior, has issued a solicitation for Off-Range Corral (ORC) Support Services for the Wild Horse & Burro Program (WHBP) in Region 2, encompassing Iowa, Missouri, Illinois, Indiana, and Ohio. This Indefinite Delivery / Indefinite Quantity (IDIQ) contract seeks to provide comprehensive care and management for wild horses and burros. Proposals are due May 29, 2026, at 1600 ED Local Time.
Scope of Work
Contractors will be responsible for providing and maintaining an Off-Range Corral facility capable of housing wild horses and burros. Key services include:
- Animal Care: Unloading, sorting, identification, placement, and restraint for veterinary services (vaccinations, deworming, hoof trimming).
- Provisions: Supply of land, pens, feed (good or premium quality hay), salt, minerals, and fresh, clean water, adhering to specific space and quality requirements.
- Facilities: Provision and maintenance of corrals, holding pens, sorting pens, working areas, and covered working areas, with specific construction standards (e.g., no barbed wire).
- Health Services: Furnishing veterinary services, including vaccinations, deworming, EIA tests, and emergency medical treatment (up to $350/year per animal), with a veterinarian on call within 4 hours.
- Logistics: Hoof trimming, carcass disposal according to state laws, and comprehensive reporting (daily logs, incident reports within 24 hours, transportation notifications 72 hours prior).
Contract Details
- Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ), with task orders issued as Firm Fixed Price (FFP).
- Period of Performance: Five (5) years, consisting of a base year and four (4) one-year ordering periods.
- Cumulative Maximum (Region 2): $4,000,000.00.
- Minimum Order Guarantee: $10,000.00.
- Set-Aside: Unrestricted, full and open competition. Small business participation goals are outlined.
- NAICS Code: 115210 – Support Activities for Animal Production.
Submission & Evaluation
Proposals must be submitted electronically via email to lisa.turner@ios.doi.gov by May 29, 2026, 1600 ED Local Time. The evaluation will be a Best Value Source Selection conducted in two phases:
- Phase I: Assessment of Facility-Land (Acceptable/Unacceptable).
- Phase II: Evaluation of Technical Capability, Past Performance, Small Business Participation/Subcontracting Plan, and Price. Technical Capability is more important than Past Performance and Small Business Participation. These three factors combined are significantly more important than Price.
Additional Notes
A vendor forum will be held via video conference on April 20, 2026. Offerors must ensure their references submit the Past Performance Questionnaire directly to Lisa Turner by May 29, 2026, 13:00 Mountain Daylight Time. Offerors must maintain active SAM.gov registration and complete required representations and certifications.