F--Eastern States ORC Region 3

SOL #: 140L0126R0003Solicitation

Overview

Buyer

Interior
Bureau Of Land Management
WASHINGTON DC OFFICE
WASHINGTON, DC, 20003, United States

Place of Performance

Place of performance not available

NAICS

Support Activities for Animal Production (115210)

PSC

Wildhorse/Burro Control Services (F016)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Apr 21, 2026
3
Submission Deadline
May 29, 2026, 8:00 PM

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), under the Department of the Interior, is soliciting proposals for Off-Range Corral (ORC) Support Services for the Wild Horse & Burro Program (WHBP) in Region 3 (Arkansas, Louisiana, Mississippi). This unrestricted, full and open competition seeks contractors to provide comprehensive care and facilities for wild horses and burros. Proposals are due May 29, 2026.

Scope of Work

Contractors will be responsible for providing and maintaining an ORC capable of holding 120–400 wild horses and burros annually. Key services include:

  • Animal Care: Comprehensive feeding, land, minerals, water, hoof trimming, and veterinary services (up to $350/year per animal). Animals must be maintained in moderate condition (Henneke score 5-7).
  • Facility Management: Supplying and maintaining fenced facilities with quarantine and holding pens, ensuring corrals are at least 72" high and sturdy. Includes dust control and manure management.
  • Operational Support: Sorting, segregation, and loading of animals.
  • Personnel & Safety: All personnel must complete mandatory CAWP training annually. A safety plan covering briefings, PPE, OSHA requirements, and emergency contacts is required.

Contract Details

  • Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ) with Firm-Fixed Price (FFP) task orders.
  • Period of Performance: Five (5) years, consisting of a base year and four 1-year option periods, anticipated from July 1, 2026, to June 30, 2031.
  • Maximum Contract Value (Region 3): $3,500,000.00.
  • Minimum Order Guarantee: $10,000.00.
  • NAICS Code: 115210 – Support Activities for Animal Production.

Submission & Evaluation

This is a Best Value Source Selection. Evaluation will occur in two phases:

  • Phase I: Facility-Land (Acceptable/Unacceptable).
  • Phase II: Technical Capability, Past Performance, Small Business Participation/Subcontracting Plan, and Price. Technical Capability is weighted more heavily than Past Performance and Small Business Participation, which combined are significantly more important than Price. Proposals must be submitted electronically via email. Large businesses require a Small Business Subcontracting Plan, and both large and small businesses need a Small Business Commitment Document. Past performance will be assessed via questionnaires sent to references.

Key Dates & Contact

  • Proposal Due Date: May 29, 2026, 8:00 PM ET.
  • Final Questions Due: May 13, 2026 (answers by May 20, 2026).
  • Vendor Forum (Video Conference): May 7, 2026.
  • Contact: Lisa Turner (lturner@ios.doi.gov).
  • Published Date: April 21, 2026.

People

Points of Contact

Turner, LisaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: Apr 21, 2026
Version 4
Solicitation
Posted: Apr 6, 2026
View
Version 3
Solicitation
Posted: Mar 31, 2026
View
Version 2
Solicitation
Posted: Mar 27, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 5, 2026
View
F--Eastern States ORC Region 3 | GovScope