F--The purpose is to use targeted sheep grazing to co

SOL #: 140L1226Q0001Solicitation

Overview

Buyer

Interior
Bureau Of Land Management
CALIFORNIA STATE OFFICE
SACRAMENTO, CA, 95825, United States

Place of Performance

Place of performance not available

NAICS

Sheep Farming (112410)

PSC

Other Range/Forest Improvements Services (Non Construction) (F018)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 28, 2026, 12:00 AM

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.

People

Points of Contact

Anson, MichaelPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 18, 2026
Version 2
Solicitation
Posted: Mar 2, 2026
View
Version 1
Solicitation
Posted: Feb 26, 2026
View