Pagosa Ranger District- Farrier Services
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 U.S. Department of Agriculture (USDA) Forest Service, San Juan National Forest, Pagosa Ranger District is soliciting proposals for Farrier Services for its horse herd in Pagosa Springs, CO. This is a Combined Synopsis/Solicitation (RFQ) issued as a Total Small Business Set-Aside. The contract will be a Firm-Fixed Price award with a base year and four option years. Proposals are due February 24, 2026.
Scope of Work
The contractor will provide regular horse shoeing and hoof trimming services for a herd of up to 8 animals used in recreation and range programs. Services are required year-round, with shoeing approximately every six weeks from April through November, and hoof trimmings typically in February/March and November. The farrier must travel to various locations primarily on the Pagosa District and other areas on the San Juan National Forest and surrounding lands. Key requirements include providing all necessary labor, transportation, materials, and equipment; no table shoeing; guaranteeing replacement of lost shoes within 6 weeks; capability to service up to 8 head of stock per day; maintaining shoeing records; and using new hot dropped forged steel shoes attached with at least 6 nails, ensuring proper hoof preparation.
Contract & Timeline
- Type: Firm-Fixed Price (FFP) contract
- Duration: One base year (April 1, 2026 – March 31, 2027) with four (4) one-year option periods, not to exceed five (5) years in total (through March 31, 2031).
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 115210 – Support-Professional: Veterinary/Animal Care
- Size Standard: $11 Million
- Questions Due: February 16, 2026, 12:00 PM Mountain Time
- Proposals Due: February 24, 2026
- Published: February 11, 2026
Submission & Evaluation
Offerors must submit a technical proposal, a price proposal, and contractor representations and certifications. The technical proposal must detail past performance (using the provided Past Performance Data Sheet) and technical capability (key personnel experience, training, certifications). The price proposal must include pricing for all items in the Schedule of Items and acknowledge amendments. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, where the lowest priced offer will be evaluated first for Technical Acceptability and Past Performance. Offerors must have an active entity registration in SAM.gov and agree to hold prices firm for 90 calendar days.
Additional Notes
Bidders must account for the mandated minimum wage rates and fringe benefits outlined in the applicable Wage Determination WD 2015-5435 for Colorado. Questions should be submitted in writing to Curtis Landreth at curtis.r.landreth@usda.gov. Payments will be processed via The Invoice Processing Platform (IPP).