F--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), Department of the Interior, has issued a Solicitation (RFP 140L0126R0005) 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 contract aims to provide comprehensive care and maintenance for wild horses and burros. Proposals are due May 29, 2026.
Scope of Work
Contractors will be responsible for providing and maintaining an Off-Range Corral capable of housing 120–400 Wild Horses and Burros annually. Key services include:
- Animal Care: Unloading, sorting by sex, age, and species; identification verification; vaccinations, deworming, and hoof trimming; emergency veterinary services (up to $350/year per animal).
- Facilities: Providing land, pens, feed, salt, minerals, and water. Facilities must include quarantine areas, holding pens, adoption/sorting pens, and working areas. Corrals must be at least 72" high, sturdy, and free of protrusions, with specific requirements for fencing, gates, dust control, manure management, and dry resting areas.
- Feeding: Supplying free-choice feeders and good or premium quality hay (grass, grass-alfalfa, or alfalfa) meeting specific nutritional requirements (2-3% of body weight).
- Reporting & Training: Maintaining records of animal health, death, and facility inventory. Submitting daily feed & care logs with monthly invoices and incident reports within 24 hours. All personnel must complete mandatory CAWP and Euthanasia training annually.
Contract Details
- Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ) with 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 for all IDIQs in Region 5 is $3,500,000.00. The minimum guarantee per IDIQ is $10,000.00.
- NAICS Code: 115210 – Support Activities for Animal Production.
- Set-Aside: This is an unrestricted, full and open competition.
Submission & Evaluation
- Proposal Due Date: May 29, 2026, at 1600 ED Local Time.
- Submission Method: Electronically via email to
lisa.turner@ios.doi.gov. - Evaluation: A Best Value Source Selection process will be used, conducted in two phases. Phase I (Facility-Land) is acceptable/unacceptable. Phase II evaluates Technical Capability, Past Performance, Small Business Participation/Subcontracting Plan, and Price. Technical Capability is more important than Past Performance and Small Business Participation. Technical Capability, Past Performance, and Small Business Participation combined are significantly more important than Price.
- Past Performance: References must submit the Past Performance Questionnaire directly to
lisa.turner@ios.doi.govby May 29, 2026, 13:00 Mountain Daylight Time.
Additional Notes
Amendment 0002 added quantity information to the pricing schedule. Offerors must identify the city, county, and state of each proposed performance location for SCA wage determination purposes. A Small Business Subcontracting Plan is required for large businesses, and a Small Business Commitment Document for both large and small businesses.