BIG HORN NF - FARRIER SERVICES - 5-YEAR - SOLICITATION
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 USDA Forest Service, Bighorn National Forest, is soliciting quotes for Farrier Services under a Total Small Business Set-Aside. This opportunity seeks a contractor to provide year-round hoof care for the Forest's horse herd, estimated at approximately 20 animals. Services will be performed at ranger stations during summer months and the Sheridan Work Center for the remainder of the year. Quotes are due by April 6, 2026, at 3:00 PM MDT.
Scope of Work
The contractor will provide comprehensive year-round farrier services, including trimming, shoeing, and general care of horse hooves, typically every 8 weeks. This requires the contractor to furnish all management, supervision, labor, transportation, materials (including new, hot dropped forged steel shoes), and equipment. Key requirements include:
- Capability to service up to 8 head of stock per day.
- Experience handling "hard to handle" horses and mules; no table shoeing permitted.
- Guarantee replacement of loose or lost shoes at the contractor's cost under normal use conditions.
- Maintaining shoeing records if a Forest Service Representative is not present.
- Contractor is responsible for all travel expenses to required locations, including Sheridan Work Center, Burgess, Hunter, and Shell Ranger Stations in Wyoming.
Contract Details
This is anticipated to be a Firm-Fixed Price Award with a base year (April 20, 2026, to March 31, 2027) and four one-year option periods, extending the potential contract duration through March 31, 2031. The acquisition is a Total Small Business Set-Aside under NAICS Code 115210 (Veterinary/Animal Care Services) with a size standard of $11 Million. No Government Furnished Property (GFP) will be provided. Payments will be made electronically through the Government's Invoice Processing Platform (IPP).
Submission & Evaluation
Quotes will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Price will be assessed for the base period, all option periods, and potential extensions. Technical Acceptability will be rated as "acceptable" or "unacceptable," and Past Performance will also be evaluated.
Technical Proposal Requirements: Include proposed key personnel (names, experience, training, certifications) and a minimum technical proposal addressing past performance. Offerors must submit a list of similar projects completed in the past three years, including descriptions, dollar amounts, years completed, and contact information, preferably using the provided ATTCH.2.FARRIER.Past Performance Data Sheet.pdf.
Price Proposal Requirements: Submit the completed Schedule of Items (SOI) and acknowledge any amendments. Offerors are responsible for including an Inflation Factor when pricing their quote.
Eligibility: Offerors must have an active entity registration in the System for Award Management (SAM.gov) and provide their Unique Entity Identifier (UEI). Prices must be held firm for 90 calendar days.
Key Dates & Contact
- Questions Due: March 27, 2026, 12:00 PM MDT.
- Quotes Due: April 6, 2026, 3:00 PM MDT.
- Published Date: March 24, 2026.
- Primary Contact: Jane Pedrotti, jane.pedrotti@usda.gov, 605-800-1305.