F--The purpose is to use targeted sheep grazing to co
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 Department of the Interior, Bureau of Land Management (BLM), California State Office, is soliciting proposals for Targeted Sheep Grazing Services at Magnolia Ranch Recreation Area in Pilot Hill, CA. The purpose is to control invasive weeds like yellow starthistle and medusahead. This is a Total Small Business Set-Aside. Proposals are due March 27, 2026, at 5:00 PM PST.
Scope of Work
This opportunity requires contractors to provide targeted sheep grazing services on approximately 130 acres within the Magnolia Ranch Recreation Area. The active grazing period is annually from May 1st to August 30th, for a minimum of three months per year. The contractor must provide a herd of 500 to 800 mature sheep, along with a full-time herder, livestock guardian dogs (LGDs), herding dogs, and self-contained mobile housing. Key responsibilities include providing water (from the South Fork American River), temporary electric fencing, and ensuring livestock are cleansed with weed-free forage prior to arrival. The primary objective is to reduce noxious weed density and promote native vegetation.
Contract & Timeline
- Contract Type: Fixed-Price, awarded using Simplified Acquisition Procedures and Lowest Price Technically Acceptable (LPTA) evaluation.
- Period of Performance: One base year plus four option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 112410 (Sheep Farming), with a $3.5 Million size standard.
- Product Service Code: F018 (Other Range/Forest Improvements Services (Non Construction)).
- Proposal Due: March 27, 2026, 5:00 PM PST.
- Published Date: March 18, 2026.
Submission & Evaluation
Proposals must be submitted via email to manson@blm.gov. Required documents include a completed Standard Form 18, the revised Attachment 3 (Price Schedule), and a detailed work plan demonstrating capability to meet the Performance Work Statement (PWS). Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Offerors must be registered in SAM.gov.
Important Notes
Amendment 0002, posted March 18, 2026, extended the response deadline and revised the Performance Work Statement. Bidders must use the latest PWS (B08_Attachment_1_Performance_Work_Statement_REVISED_3_17_26_0002.docx) and acknowledge all changes. The revised PWS clarifies that only sheep are permitted, removes the LGD leashing requirement, and confirms all 130 acres must be grazed. Bidders must also adhere to the latest Wage Determination (Attachment 2) for labor costs. Prohibited activities include firearms, predator control, and unauthorized chemical use.