OFO PAULS VALLEY HAY 2024/2025
ID: 140L4024Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEW MEXICO STATE OFFICESANTA FE, NM, 87508, USA

NAICS

Hay Farming (111940)

PSC

FORAGE AND FEED (8710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) is seeking qualified small business vendors to provide up to 1,500 tons of high-quality alfalfa hay for the Well Horse and Burro Program at the Pauls Valley Wild Horse Adoption Center in Oklahoma. The procurement aims to ensure the hay meets specific nutritional standards, including 14% crude protein and less than 5% weed content, with delivery scheduled monthly from September 2024 to August 2025. This initiative supports the care of 400-600 wild horses and burros, reflecting the federal commitment to animal welfare and responsible management of public lands. Interested vendors must submit their quotes by September 17, 2024, and direct inquiries to Ronald Shumate at rshumate@blm.gov, ensuring they are registered in the System for Award Management (SAM) to qualify for the contract.

    Point(s) of Contact
    Shumate, Ronald
    rshumate@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is procuring high-quality alfalfa hay for the Wild Horse and Burro Adoption Center in Paul’s Valley, Oklahoma, to support the care of 400-600 wild horses and burros. This initiative is part of the National Wild Horse and Burro Program, which manages excess WH&Bs on federal lands and facilitates their adoption into private homes. The contract requires the delivery of up to 1,500 tons of hay annually, ensuring it meets strict specifications, including being 75% alfalfa, free of contaminants, and having specific protein and feed value standards. The hay will be delivered in large square bales between September 2024 and September 2025, with detailed ordering and delivery procedures outlined. Compliance with shipping, quality control, and inspection standards is mandatory, including providing weigh tickets for each shipment. This procurement effort emphasizes the federal commitment to animal welfare and responsible management of public lands, aligning with governmental RFPs and federal funding processes.
    The document outlines a Combined Synopsis/Solicitation (RFQ 140L4024Q0029) issued by the Bureau of Land Management (BLM) for hay requirements at Pauls Valley. This solicitation adheres to FAR guidelines for commercial items and is specifically designated for small businesses, with a NAICS code of 111940. Interested vendors must submit their quotes by September 17, 2024, and all inquiries must be submitted via email by September 12, 2024. The award will be made to the vendor offering the most advantageous terms based on a Lowest Price Technically Acceptable (LPTA) evaluation method. The performance period is set to span from September 23, 2024, to September 22, 2025. Vendors are required to be registered and active in the System for Award Management (SAM) and comply with specified FAR clauses related to commercial items. This solicitation emphasizes the government's intent to obtain competitive bids from small business entities while ensuring compliance with regulatory standards. Full specifications and evaluation criteria can be found in the associated documents referenced within the solicitation.
    This document outlines the evaluation process for a government acquisition utilizing the Lowest Price Technically Acceptable (LPTA) methodology. The objective is to award a single contract to the responsible offeror providing the best value, defined by adherence to solicitation terms, lowest price, and technical acceptability. The evaluation process is subjective, relying on professional judgment. If the lowest-priced offer is deemed technically acceptable, that offer will be selected without consideration of other proposals. If not, evaluations will proceed to higher-priced offers. Two evaluation factors are outlined: Evaluation Factor 1 assesses Relevant Experience, requiring documentation of at least two comparable projects completed within the last three years, including details such as contracting agency, contract number, project title, and unique challenges faced. Only those deemed technically acceptable in this factor may have their price evaluated. Evaluation Factor 2 focuses on the price, which will be analyzed for fairness and reasonableness. This structured evaluation approach ensures that the government selects cost-effective yet qualified contractors for fulfilling contract requirements.
    The Bureau of Land Management (BLM) Oklahoma Field Office has issued a Request for Quote (RFQ) 140L4024Q0029 to procure up to 1,500 tons of high-quality alfalfa hay for the Well Horse and Burro Program at the Pauls Valley Wild Horse Adoption Center. The solicitation is intended for small business vendors, ensuring the hay meets specified nutritional standards—14% crude protein, less than 5% weed content, and 75% alfalfa per bale. Delivery is scheduled monthly from September 2024 to August 2025, with specific requirements concerning quality, inspection, and delivery procedures. Requirements include coordination with the BLM's Contracting Officer Representative (COR) for the delivery schedule, compliance with federal regulations regarding transportation, and adherence to the quality standards set forth in the contract. The contract specifies F.O.B. Destination shipping and requires the contractor to provide weight tickets for hay deliveries. Bids will be evaluated based on price and past performance, reflecting a Best Value assessment, and contract awards are contingent on available funding. To qualify, contractors must have active registration in the System for Award Management (SAM). The document outlines detailed bidding procedures and necessary contract clauses, emphasizing the importance of high-quality hay for the well-being of the wild horses and burros under BLM's care.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.
    F-- Pre-Solicitation Notice for RFP No. 140L0123R0005
    Active
    Interior, Department Of The
    Sources Sought Notice (SSN) has been issued by the INTERIOR, DEPARTMENT OF THE - BUREAU OF LAND MANAGEMENT, WASHINGTON DC OFFICE. The notice is for the procurement of Short Term Holding & Training services for the Wild Horse and Burro Program (WHBP). This service is aimed at providing a five-year Multiple Award Task Order Contract (MATOC) for the Short Term Holding and Training (STHT) of wild horses and burros. The contract will be in accordance with FAR Subpart 16.5 Indefinite-Delivery Indefinite-Quantity (IDIQ) Contracts.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    F--CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, aimed at treating approximately 330 acres of cheatgrass through the chemical application of the herbicide Plateau (Imazapic). The project requires contractors to conduct an on-site meeting with BLM personnel, apply herbicide while ensuring no ground disturbance, and comply with all relevant environmental regulations. This initiative is part of BLM's broader mission to restore native habitats and promote biodiversity, addressing the ecological impacts of non-native species. Quotes are due by September 19, 2024, at 4:00 p.m. MDT, and interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals. For further inquiries, contact Audrey Whetham at awhetham@blm.gov.
    BLM Specialized Storage for Seed in Winnemucca, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease approximately 10,000 square feet of specialized storage space for Wildland Fire Seed Storage in Winnemucca, Nevada. The facility must accommodate specific requirements, including accessibility for transport trucks and forklifts, and must be solely for government occupancy without any colocations. This procurement is critical for supporting the BLM's Emergency Stabilization and Rehabilitation (ESR) and fuels program, ensuring the effective management of wildland fire resources. Interested parties must submit expressions of interest by September 20, 2024, with occupancy anticipated on October 1, 2024; inquiries should be directed to Shannon Veigel at sveigel@blm.gov or Mike Schultz at mschultz@blm.gov.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    2024 NOXIOUS WEED ROW CONTROL & TREATMEN
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for the 2024 Noxious Weed Right of Way (ROW) Control and Treatment project, specifically targeting invasive species management within the Navajo Nation. The project involves controlling Russian Knapweed and Musk Thistle across approximately 156 acres along Navajo Routes 4 and 64, utilizing spot spraying with herbicides from June to October 2024 to mitigate ecological damage and protect native resources. Interested small businesses, particularly service-disabled veteran-owned small businesses, must submit detailed price quotes and comply with federal regulations, with proposals due by September 19, 2024, at 3:00 PM local time. For inquiries, vendors can contact Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
    Chicken And Chicken Products (Bulk) for use in Domestic Food Assistance Programs.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of bulk chicken and chicken products to support domestic food assistance programs. The solicitation emphasizes strict compliance with USDA regulations, including a minimum load weight of 36,000 pounds and specific packaging requirements, with deliveries scheduled between November 1 and December 31, 2024. This procurement is vital for ensuring the availability of quality food products for federal distribution, and it includes provisions for small business set-asides and other preferences. Interested contractors must submit their offers electronically via the Web-Based Supply Chain Management System (WBSCM) by 1:00 PM CT on September 20, 2024, and can contact LaShawne Brown at lashawne.brown@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    Frozen Beef Products (Type 1) for use in Domestic Food Assistance Programs.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking bids for the procurement of Frozen Beef Products to support its domestic food assistance programs. The solicitation, identified as Bid Invitation Number 2000010350, requires a total of 10,080,000 pounds of beef, which must originate from livestock born, raised, and harvested in the United States, with strict adherence to food safety and defense certifications. This procurement is significant as it plays a crucial role in supplying food assistance to various locations across the U.S., with deliveries scheduled between November 1, 2024, and December 31, 2024. Interested vendors must submit their bids electronically via the Web-Based Supply Chain Management System (WBSCM) by 1:00 PM CT on September 20, 2024, and can direct inquiries to LaShawne Brown at lashawne.brown@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov.
    PRONGHORN FENCE MOD FY 24
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the modification of 2.75 miles of fencing to facilitate the migration of pronghorn antelope in Wyoming for fiscal year 2024. The project involves the removal of existing fencing, installation of new barbed and smooth wire fencing, and the addition of Powder River Gates, with a focus on adhering to federal and state safety and environmental regulations. This initiative is crucial for wildlife management and conservation efforts, ensuring safe passage for pronghorns across their habitat. Interested contractors should note that the estimated contract value is $15,000, and proposals must be submitted by the specified deadline, with inquiries directed to Antoinette Nelson at amnelson@blm.gov or by phone at 307-775-6043.