F--Eastern States ORC Region 2
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), an agency within the Department of the Interior, has issued Solicitation 140L0126R0002 for Off-Range Corral (ORC) Support Services in Region 2, covering Iowa, Missouri, Illinois, Indiana, and Ohio. This Indefinite Delivery / Indefinite Quantity (IDIQ) contract seeks to manage and care for wild horses and burros. Proposals are due May 29, 2026, at 1600 ED Local Time.
Scope of Work
Contractors will provide comprehensive ORC support services, including:
- Animal Care: Unloading, sorting, identification, placement, restraint for vaccinations, deworming, and hoof trimming.
- Feed & Water: Supply land, pens, good quality hay, salt, minerals, and fresh, clean water, adhering to specific space and cleaning requirements.
- Facilities: Provide and maintain corrals, holding pens, sorting pens, and covered working areas, meeting specified construction and fencing standards.
- Health & Veterinary Services: Furnish veterinary services, including vaccinations, deworming, EIA tests, and emergency medical treatment (up to $350/year per animal), with a veterinarian on call within 4 hours.
- Hoof Trimming: Perform as needed before animals enter private care.
- Carcass Disposal: Manage according to state sanitation laws.
- Reporting: Submit daily feed & care logs, incident reports (within 24 hours), and transportation notifications (72 hours prior).
Contract & Timeline
- Contract Type: IDIQ with performance-based Firm Fixed Price (FFP) Task Orders.
- NAICS Code: 115210 – Support Activities for Animal Production.
- Period of Performance: Five (5) years (one base year + four 1-year ordering periods), anticipated July 1, 2026 – June 30, 2031.
- Value: Cumulative maximum of $4,000,000.00 for Region 2. Minimum order guarantee of $10,000.00.
- Set-Aside: Unrestricted, full and open competition. Small business participation goals are outlined.
- Proposal Due: May 29, 2026, 1600 ED Local Time.
- Published: April 6, 2026.
Evaluation
Award will be based on a Best Value Source Selection process conducted in two phases:
- Phase I: Facility-Land assessment (Acceptable/Unacceptable).
- Phase II: Evaluation of Technical Capability, Past Performance, Small Business Participation/Subcontracting Plan, and Price. Technical Capability is weighted more heavily than Past Performance and Small Business Participation. Combined technical factors are significantly more important than Price.
Additional Notes
Offerors must maintain active registration in SAM.gov. A vendor forum will be held via video conference on April 20, 2026. References for past performance questionnaires must submit directly to the Contracting Officer, Lisa Turner (lturner@ios.doi.gov), by May 29, 2026, 13:00 Mountain Daylight Time.