F--Eastern States ORC Region 6
SOL #: 140L0126R0006Solicitation
Overview
Buyer
Interior
Bureau Of Land Management
WASHINGTON DC OFFICE
WASHINGTON, DC, 20003, United States
Place of Performance
Place of performance not available
NAICS
Support Activities for Animal Production (115210)
PSC
Wildhorse/Burro Control Services (F016)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 5, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
May 29, 2026, 8:00 PM
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 Department of the Interior, Bureau of Land Management (BLM) has issued a Solicitation (RFP) for Off-Range Corral (ORC) Support Services for the Wild Horse & Burro Program (WHBP) in Region 6, covering Florida, Georgia, Alabama, and South Carolina. This opportunity seeks contractors to provide comprehensive care and management for wild horses and burros. Proposals are due May 29, 2026.
Scope of Work
Contractors will be responsible for providing and maintaining an ORC facility capable of holding 120–400 wild horses and burros annually. Key services include:
- Animal Care: Feeding, watering, providing minerals, hoof trimming, and veterinarian services (up to $350/year per animal). Animals must be maintained in moderate condition (Henneke score 5-7).
- Facility Management: Providing and maintaining fenced corrals, quarantine areas, holding pens, and covered working areas, ensuring adequate drainage and dust control.
- Logistics: Unloading, sorting, identification, restraint, segregation, and loading of animals.
- Reporting & Training: Daily feed & care logs, incident reports, transportation notifications, and mandatory annual CAWP and Euthanasia training for personnel.
Contract Details
- Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) task orders.
- Period of Performance: Five (5) years from the date of contract award (base year + four 1-year ordering periods).
- Estimated Value: The cumulative maximum for all IDIQ contracts and task orders in Region 6 is $3,500,000.00. A minimum order guarantee of $10,000.00 applies to each IDIQ.
- NAICS Code: 115210 – Support Activities for Animal Production.
Submission & Evaluation
- Proposal Due Date: May 29, 2026.
- Submission Method: Electronic submission via email to Lisa Turner (lturner@ios.doi.gov).
- Evaluation: A two-phase, best-value source selection process will be used. Phase I assesses Facility-Land (Acceptable/Unacceptable). Phase II evaluates Technical Capability, Past Performance, Small Business Participation/Subcontracting Plan, and Price.
- Past Performance Questionnaires: References must submit these directly to Lisa Turner by May 29, 2026, 13:00 MDT.
Eligibility & Notes
- Set-Aside: This is an unrestricted, full and open competition. Awards will be made to technically qualified small and large businesses.
- Offerors must maintain active registration in SAM.gov.
- Large businesses are required to submit a Small Business Subcontracting Plan, while both large and small businesses must submit a Small Business Commitment Document.
- Offerors must identify the specific city, county, and state of proposed performance locations for SCA wage determination.
People
Points of Contact
Turner, LisaPRIMARY