Eastern States ORC Region 5
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 (RFP) for Off-Range Corral (ORC) Support Services for the Wild Horse & Burro Program (WHBP) in Region 5. This region includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, New York, Pennsylvania, Delaware, New Jersey, and Maryland. The services involve maintaining and caring for wild horses and burros. Proposals are due May 29, 2026, at 1600 ED Local Time.
Scope of Work
Contractors will be required to provide and maintain an Off-Range Corral facility, including land, pens, feed, salt, minerals, and water. Key services include:
- Animal Care: Unloading, sorting, identification verification, vaccinations, deworming, hoof trimming, and emergency medical treatment.
- Facilities: Provision of quarantine areas, holding pens, adoption/sorting pens, and working areas with specific requirements for fencing (72" high), gates, dust control, manure management, and dry resting areas.
- Feeding: Ensuring free-choice feeders and providing good or premium quality hay (grass, grass-alfalfa, or alfalfa) meeting specific nutritional standards.
- Veterinary Services: Furnishing on-call veterinary services (within 4 hours) for vaccinations, EIA tests, and emergency care (up to $350/animal/year).
- Reporting & Training: Maintaining records of animal health, death, and facility inventory; submitting daily feed & care logs, monthly invoices, and incident reports. All personnel must complete mandatory CAWP and Euthanasia training annually.
Contract Details
- Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ) contract with provisions for 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 amount 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
This acquisition is being solicited as unrestricted, full and open competition.
Evaluation & Submission
Proposals will be evaluated in two phases on a best-value basis.
- Phase I (Facility-Land): Acceptable/unacceptable determination.
- Phase II: Evaluates Technical Capability, Past Performance, Small Business Participation/Subcontracting Plan, and Price. Technical Capability is significantly more important than Past Performance and Small Business Participation. Technical Capability, Past Performance, and Small Business Participation combined are significantly more important than Price.
- Submission: Proposals must be submitted electronically to lisa.turner@ios.doi.gov by May 29, 2026, 1600 ED Local Time.
- Past Performance: Offerors must provide a Past Performance Questionnaire (Attachment 1) to references, who must return it directly to the Contracting Officer by May 29, 2026, 13:00 Mountain Daylight Time.
Contact
For inquiries, contact Lisa Turner at lturner@blm.gov or 405-435-6044.