R--Off-range Marketing Services
ID: 140L0124Q0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWASHINGTON DC OFFICEWASHINGTON, DC, 20003, USA

NAICS

Graphic Design Services (541430)

PSC

SUPPORT- PROFESSIONAL: COMMUNICATIONS (R426)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for Off-range Marketing Services to support its Wild Horse and Burro Program. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance marketing strategies to improve public awareness and adoption rates of wild horses and burros. The selected contractor will be responsible for developing comprehensive marketing plans, creating promotional materials, and producing reports on marketing effectiveness, with the contract structured as a firm fixed-price blanket purchase agreement for one base year and four optional extensions. Interested parties must submit their proposals by April 26, 2024, at 5:00 PM MDT, and can direct inquiries to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses inquiries and responses related to the solicitation for marketing services for the Bureau of Land Management (BLM) Wild Horse & Burro Program, identified as Solicitation No. 140L0124Q0004 – Amendment 1. Key questions cover various aspects, including subcontractor performance acceptance, travel requirements, reimbursement structures, and the specifications for marketing materials. Important changes include the removal of travel requirements and clarification that the contractor is not responsible for printing services, as BLM will engage GPO contractors for that purpose. The document also clarifies that licensed music may be used in video and radio/TV productions and outlines the roles regarding photography, noting that BLM will generally provide images while the contractor may source stock images as needed. The aim of this solicitation is to finalize and clarify the expectations and responsibilities in supporting the BLM's marketing efforts regarding wild horses and burros. Overall, it serves to ensure clarity in the contracting process and align the procurement with federal regulations and guidelines.
    The Bureau of Land Management (BLM) seeks marketing services for its Off-range Wild Horse and Burro Program under a Blanket Purchase Agreement (BPA). The program manages wild horse and burro populations to mitigate overpopulation on public lands, necessitating effective marketing strategies to enhance adoption and raise public awareness. The contracted marketing firm will be tasked with developing comprehensive marketing plans covering traditional and digital platforms, emphasizing engagement with diverse target audiences. Core deliverables include creation of event marketing materials, educational brochures, fact sheets, and promotional videos, all tailored to BLM's branding guidelines. The contractor must facilitate kick-off meetings, strategize ad placements, and produce periodic reports detailing marketing effectiveness and progress on deliverables. Additionally, the project spans one base year with four optional extensions, and all work produced will be the sole property of BLM. The contractor is expected to provide a qualified Project Manager and adhere to strict timelines for deliverables and approvals. Ultimately, this initiative aims to improve the adoption rates of wild horses and burros, enhance public understanding of their management, and ensure effective outreach through innovative marketing approaches.
    The document outlines the pricing structure for integrated marketing services associated with the Wild Horse and Burro Program across multiple contract years. The schedule details various Contract Line Item Numbers (CLIN) across the base year and four option years. Each CLIN corresponds to specific deliverables such as marketing plans, brochures, videos, event advertising, and project management tasks aimed at promoting the program's objectives. Notably, all entries currently reflect a unit price and extended price of $0.00, indicating a preliminary proposal stage rather than finalized costs. The document emphasizes the need for ongoing project management, social media placement, and compliance with accessibility standards throughout the contract period. Overall, it serves as a framework for future service procurement under the government’s request for proposals, focusing on effective marketing strategies for the program's outreach and engagement efforts.
    The document outlines an amendment to a solicitation related to a federal contract, specifically designated as amendment number 140L0124Q0004. The amendment includes important updates that require the contractor to acknowledge receipt by various methods before the specified deadline, crucial for ensuring the acceptance of their offers. It addresses modifications to the contract and provides a structured response to vendor inquiries, which include three key attachments: a Q&A document, a revised Statement of Work (SOW), and a revised price schedule. The deadline for submissions has been extended to April 26, 2024, at 5:00 PM MDT. Overall, this amendment aims to clarify expectations and terms for contractors engaged in the solicitation process, ultimately guiding compliance and enhancing clarity in the federal procurement framework. The document underscores the importance of timely communication and acknowledgment to maintain the integrity of the bidding process.
    This document is an amendment to a solicitation for a government contract, specifically identified as 140L0124Q0004. The amending party is indicating the cancellation of the solicitation entirely, and it outlines the procedures for acknowledging this amendment. Contractors are required to confirm receipt by either returning copies of the amendment or by communicating electronically. The amendment stresses that failure to acknowledge may result in the rejection of any submitted offers. Administrative aspects regarding modifications and instructions for the acknowledgment process are delineated, such as the necessity of referencing the amendment and solicitation numbers. The document also outlines that while certain changes are made, all other terms and conditions of the original contract remain unchanged. The signature sections designate a contractor and contracting officer, affirming the formal nature of the amendment. The overarching purpose of this document is to communicate critical updates in the procurement process and ensure compliance among potential bidders regarding the solicitation modification.
    The document outlines a Request for Proposal (RFP) for "Off-range Marketing Services" related to the Bureau of Land Management's (BLM) Wild Horse and Burro Program. It specifies that the acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will result in a firm fixed-priced, single-award blanket purchase agreement. The document highlights the requirements for proposals, including format, content, and submission deadlines. Technical capability, past performance, and price will be the evaluation criteria for submissions, with a focus on integrating marketing solutions tailored to equine audiences. Additionally, it contains provisions regarding contract terms, confidentiality, electronic payment processes, and past performance assessment protocols. Offerors must demonstrate understanding and capability through detailed proposals, showcasing recent relevant experience. The document includes references to specific federal regulations and requirements that must be followed, ensuring a standardized process for government contracts and fostering accountability among vendors. Overall, the RFP underscores the government's initiative to enhance its marketing efforts for the Wild Horse and Burro Program while prioritizing veteran-owned small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Wild Horse Feed 127EAY25Q0010 Amendment 01
    Buyer not available
    The United States Department of Agriculture, specifically the Forest Service at Modoc National Forest, is seeking suppliers for grass and alfalfa hay to support the feeding of wild horses at the Double Devil Wild Horse Corrals near Alturas, California. The procurement involves a total of 1,600 tons of grass hay and 100 tons of alfalfa, which must be sourced from the 2024/2025 crop year and meet specific quality standards for uniformity and curing. This initiative is crucial for providing adequate nutrition to horses temporarily held from federal lands, and it emphasizes the federal commitment to supporting small businesses through a Total Small Business Set-Aside. Interested vendors must submit their proposals, including technical and price components, by March 26, 2025, with the contract period extending from March 31, 2025, to March 30, 2026. For further inquiries, potential bidders can contact Kari Hughes at kari.hughes@usda.gov or call 805-291-6349.
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period extending from April 7, 2025, to April 6, 2030. The primary objective is to ensure consistent propane supply for heating facilities that support the conservation and breeding of the endangered black-footed ferret, which is critical for maintaining the health and viability of this species. Interested vendors must demonstrate technical capabilities, past performance, and compliance with federal regulations, with proposals due by April 1, 2025. For further inquiries, potential offerors can contact Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    PDO Annual Safety Trailer Inspection & Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide annual safety inspections and necessary repairs for 49 trailers as part of a federal contract opportunity. The objective of this procurement is to ensure compliance with federal and state safety regulations, particularly those set by the Department of Transportation, by conducting thorough inspections and repairs on-site by certified mechanics. This initiative is crucial for maintaining the operational integrity and safety of the BLM's fleet, which supports its mission in land management. Interested small businesses must submit their quotes by March 21, 2025, and direct any inquiries to Cindy Gonzalez at chgonzalez@blm.gov or by phone at 720-854-8791, with the contract expected to commence shortly after award and be completed within 60 business days.
    K--Fire Command Vehicle Upfitting
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide upfitting services for Fire Command Vehicles under solicitation number 140L0625Q0005. The contract aims to enhance the operational capabilities of these vehicles, which are critical for wildland fire suppression efforts, by ensuring they meet rigorous safety and performance standards. The performance period for this contract is set from June 2, 2025, to June 1, 2030, with a total estimated budget of $6.3 million allocated for vehicle purchases over five years. Interested contractors must submit their quotes electronically by March 12, 2025, and can direct inquiries to Addison Page at apage@blm.gov or by phone at 303-236-3800.
    EMDD HELITACK OFFICE TRAILERS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting quotes for the leasing of two temporary mobile office trailers to support operations at the BLM Miles City Field Office in Billings, MT. The procurement aims to provide functional office space for two helitack crews, accommodating a total of 22 personnel, with specific requirements for size, safety, and compliance with health regulations, including ADA standards. This initiative is crucial for ensuring that BLM personnel have the necessary facilities to conduct their operations effectively in the field. Interested small businesses must submit their proposals by the specified deadline, with inquiries directed to Chad Clapp at cclapp@blm.gov. The contract is structured as a firm fixed-price purchase order with a base year and two option years, emphasizing the government's commitment to engaging small businesses in this procurement process.
    F--BLM WILLOW CREEK CUT AND PILE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the "Willow Creek Cut and Pile" project, which involves vegetation management services aimed at reducing wildfire risks across 118 acres in Colorado. Bidders are required to demonstrate relevant experience from the past five years, provide a detailed project schedule, and ensure the presence of a qualified project manager or crew foreman throughout the project duration, which is set from April 2, 2025, to November 30, 2025. This initiative is part of the BLM's broader commitment to responsible land management and fire risk reduction, emphasizing ecological health and public safety. Interested contractors must submit their proposals by March 21, 2025, and direct any inquiries to Daniel Rosales at drosales@blm.gov.
    SHEEP CREEK HERBICIDE WEEDS TREATMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for the Sheep Creek Herbicide Weeds Treatment project, which involves the ground-based application of herbicides to control invasive and noxious weeds across approximately 2,390 acres of BLM-administered land in Elko County, Nevada. Contractors are required to provide all necessary labor, equipment, chemicals, and materials while adhering to strict environmental safety guidelines, including obtaining a Nevada Professional Applicator License and maintaining comprehensive documentation of pesticide applications. This initiative is crucial for effective land management and ecological stewardship, reflecting the BLM's commitment to preserving land health in the region. Interested small businesses must submit their proposals electronically by the specified deadline, with the performance period scheduled from June 2, 2025, to July 18, 2025. For further inquiries, contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742.
    MCFO FUELS BOBCAT TRAILER
    Buyer not available
    The Department of the Interior, Bureau of Land Management (BLM), Montana State Office is soliciting bids for the procurement of a Bobcat Trailer as part of the Miles City Fuels Program, under Request for Quote (RFQ) 140L3625Q0019. The trailer must meet specific requirements, including a Gross Vehicle Weight Rating (GVWR) between 18,000 to 24,000 pounds, dimensions of 18 to 24 feet in length, and various safety features such as electric drum brakes and a hydraulic dampening cylinder. This acquisition is crucial for government operations, ensuring the efficient transport of equipment while adhering to federal procurement regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically to Contracting Officer Christopher Brailer by March 21, 2025, at 1400 MDT, and comply with all solicitation requirements to be eligible for award consideration.
    HD HERBICIDE WEEDS TREATMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for the application of HD herbicide to manage invasive and noxious weeds across approximately 1,858 acres in Nevada. The project aims to control specific weed species, including Scotch thistle and hoary cress, through ground-based herbicide spraying, with a performance period set from June 2, 2025, to July 18, 2025. This initiative is part of broader federal efforts to maintain land management and environmental health, ensuring compliance with safety and environmental regulations throughout the herbicide application process. Interested small businesses must conduct a site inspection prior to proposal submission and can direct inquiries to Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742.
    BLM FY25-1 Spring Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.