F--Eastern States ORC Region 5

SOL #: 140L0126R0005Solicitation

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

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 Bureau of Land Management (BLM), under the Department of the Interior, has issued a Solicitation (RFP) No. 140L0126R0005 for Wild Horse and Burro Off-Range Corral (ORC) Support Services in Region 5. This opportunity seeks contractors to provide comprehensive care and facility management for wild horses and burros across Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, New York, Pennsylvania, Delaware, New Jersey, and Maryland. 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 120–400 wild horses and burros annually. Key services include animal care (unloading, sorting, vaccinations, deworming, hoof trimming), feeding with specific nutritional and quality standards, and providing veterinary services (including emergency treatment up to $350/year per animal). Facilities must meet detailed specifications for fencing, pens (quarantine, holding, adoption), dust control, manure management, and dry resting areas. Personnel must complete mandatory CAWP and Euthanasia training annually. Reporting on animal health, deaths, and facility inventory is also required.

Contract Details

  • Type: Indefinite Delivery / Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) task orders.
  • Period of Performance: A base year plus four (4) one-year ordering periods, totaling five years, extending through July 31, 2031.
  • Value: The cumulative maximum for all IDIQs in Region 5 is $3,500,000.00, with a minimum guarantee of $10,000.00 per IDIQ.
  • NAICS Code: 115210 – Support Activities for Animal Production.
  • Set-Aside: Unrestricted, Full and Open Competition.

Submission & Evaluation

Proposals must be submitted electronically 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 assesses Facility-Land on an acceptable/unacceptable basis. Phase II evaluates Technical Capability, Past Performance, Small Business Participation/Subcontracting Plan, and Price. Technical Capability is weighted more heavily than Past Performance and Small Business Participation, and these three factors combined are significantly more important than Price.

Key Action Items

Offerors must ensure their references submit the Past Performance Questionnaire directly to Lisa Turner (lturner@ios.doi.gov) by May 29, 2026, 13:00 MDT. Active SAM.gov registration is required. Large businesses must include a Small Business Subcontracting Plan, and all offerors need a Small Business Commitment Document.

People

Points of Contact

Turner, LisaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 31, 2026
Version 2
Solicitation
Posted: Mar 27, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 5, 2026
View
F--Eastern States ORC Region 5 | GovScope