F--Wild Horse & Burro Program Drive Trapping Service
ID: 140L0125R0007Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Animal Production (115210)

PSC

NATURAL RESOURCES/CONSERVATION- WILDHORSE/BURRO CONTROL (F016)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide Drive Trapping Services as part of the Wild Horse and Burro Program. This procurement aims to manage and control wild horse and burro populations across several western states, ensuring humane treatment and compliance with federal regulations. The contract, which has a total program ceiling of $72 million, is set to run from October 15, 2025, to August 31, 2030, with proposals due by August 11, 2025. Interested parties can direct inquiries to Melanie Stevens at mastevens@blm.gov or by phone at 303-236-0474, and must ensure they are registered in SAM under NAICS Code 115210 to be eligible for consideration.

    Point(s) of Contact
    Stevens, Melanie
    (303) 236-0474
    (303) 236
    mastevens@blm.gov
    Files
    Title
    Posted
    The government document outlines the terms and conditions for a contract related to drive trapping services, to be performed across several western states including Arizona, California, and New Mexico. The document integrates the Service Contract Act, specifying applicable wage determinations that will be enforced. Equipment for the contract, such as fly chutes and sleds, will be provided by the government. Coordinating contracting officers from the Bureau of Land Management (BLM) will be the sole authorities to issue task orders. Essential contacts are listed, with a designated points of contact for inquiries. The acquisition follows Federal Acquisition Regulation (FAR) guidelines concerning commercial items and negotiated contracts, ensuring compliance throughout the contracting process. Key provisions include representations related to telecommunications and potential tax implications for foreign offerors. Overall, the document serves as a solicitation for contractors to provide services in compliance with federal standards and regulations, while emphasizing clear communication protocols for interested vendors.
    This document outlines a federal Request for Proposals (RFP) related to the transportation and care of captured animals across several states, including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. It contains detailed pricing structures based on varying quantities of animals (from 25 to over 1,000+ heads), across multiple ordering periods. Key components include unit prices for animal feeding, watering, transportation costs per mile, and daily rates for gathering and handling animals. The document notes that quantities under 25 heads and exceeding the highest bracket may be subject to negotiation. Each state's specific offer/contractor name is required for the bids, indicating a structured procurement process for federal and state-funded wildlife management efforts. The overall purpose aims to secure qualified contractors who can meet the logistical and operational needs of managing wildlife, while ensuring compliance with relevant regulations and efficiency in resource allocation.
    The document consists of questions submitted regarding Solicitation 140L0125R0007 and the Bureau of Land Management's (BLM) responses. The primary topic is contractor regulations during gather operations related to wild horses and burros. Contractors seek clarity on communication policies, particularly the prohibition against posting information or images during operations, while expressing a desire to use materials post-operation to promote their business and address inaccuracies. The BLM indicates that while contractors may share images after gathering, written approval is required beforehand. Additionally, questions arise regarding qualifications for personnel in key roles, specifically the lack of specified experience for the Holding Facility Supervisor and Transportation Director, which the BLM addresses by stipulating at least six months of experience in handling wild horses and burros. Furthermore, the document refers to insurance requirements, clarifying that as a fixed-priced contract, the onus for insurance falls to the contractor rather than the government. Overall, the document underlines the expectations and responsibilities surrounding contractor activities while maintaining compliance with federal directives.
    The document outlines guidelines for contractors involved in the Bureau of Land Management's (BLM) wild horse and burro gather operations. Key points include the responsibility of the contractor for animal safety and the conduct of public and media viewings. Contractors must ensure that any requests for viewing operations are funneled to the BLM, which retains the right to determine the conditions under which public observations are made. Safety protocols mandate a 500-foot distance from trap locations, with the BLM able to cease operations if unauthorized aerial surveillance is detected. Additionally, the document specifies that the contractor is responsible for supplying necessary materials and equipment, including transportation gear and personnel trained in animal handling. The BLM will provide specific equipment, such as a fly chute and freeze marking tools. The document emphasizes strict communication protocols, prohibiting contractors from sharing information with the public or media without prior approval from the BLM. Furthermore, it addresses the management of task orders and personnel, outlining qualifications needed for various roles within the operation. This comprehensive framework aims to ensure humane and safe management of wild equine populations while accommodating public interest.
    The document outlines the agenda for a pre-proposal conference regarding the Wild Horse and Burro Program Drive Trapping Services. Key aspects include introductions, a technical overview, SAM and small business registration information, and solicitation details. The contracting team is introduced, led by Officer Lisa Turner and Task Order Officer Andrew Alger. Emphasis is placed on understanding the Comprehensive Animal Welfare Program and specific technical requirements per BLM instructions. This RFP is set aside for small businesses, requiring active SAM registration that conforms to NAICS Code 115210. Proposals are due by August 11, 2025, with late submissions not considered. The RFP anticipates multiple awards, with a total program ceiling of $72 million and performance expected from October 2025 to August 2030. A minimum guarantee task order is established at $100,000. Questions may be submitted prior to July 24, 2025, with responses addressed in an RFP amendment.
    The Wild Horse and Burro Program held a pre-proposal conference on July 17, 2025, to discuss trapping services. The meeting, which started slightly late at 2:05 p.m. EDT, included attendance from several government representatives, though no non-government members were present. A slide presentation took place, lasting from 2:05 p.m. to 2:12 p.m. Notably, no questions were raised by attendees, but the presenter reminded them that any inquiries must be submitted by the deadline of July 24, 2025, at 5:00 p.m. EDT to ensure they are addressed before the closing of the RFP. This document aligns with federal RFP processes, highlighting the Wild Horse and Burro Program's efforts in managing and implementing trapping services, which play a key role in animal population control and welfare.
    This document serves as an amendment to a federal solicitation, specifically referencing the amendment number 140L0125R0007. The primary purpose is to inform potential contractors about changes made to the original Request for Proposal (RFP). Key updates include the addition of a Pricing Schedule that was omitted in the initial RFP and an updated Wage Determination (Revision No: 52, dated 7/8/2025) which supersedes the previous wage rates provided. The closing date and time for submissions remain unchanged, and all other terms and conditions of the solicitation are retained in their original form. Acknowledgment of receipt of this amendment is required from contractors, which can be done through various methods outlined in the document. This amendment reflects typical procedural updates found in government RFPs, ensuring that all bidders have the necessary information for compliance and accurate offer submissions. The period of performance for the project specified in the RFP is set from October 15, 2025, to August 31, 2030.
    The document is an amendment to the solicitation numbered 140L0125R0007, pertaining to a federal project. It outlines procedural changes and updates from a Pre-Proposal Conference held on July 17, 2025. The amendment includes the following key points: 1. **Pre-Proposal Conference Materials**: It provides access to PowerPoint slides and minutes from the conference, enhancing understanding for potential bidders. 2. **Submission Deadline**: The deadline for submitting proposals remains unchanged, set for August 11, 2025, at 5:00 p.m. EDT. 3. **Question Submission**: Inquiries related to the solicitation are to be directed to specified email addresses by July 24, 2025, at 5:00 p.m. EDT. 4. **Contract Period**: The project will run from October 15, 2025, to August 31, 2030. The amendment emphasizes the requirement for contractors to acknowledge receipt of the amendment to avoid the rejection of their offers. Overall, this document serves to ensure clarity and maintain communication with stakeholders involved in the federal RFP process while preserving the original solicitation's terms and conditions.
    The document pertains to Amendment 0003 of the solicitation 140L0125R0007 issued by the Bureau of Land Management. Its main purpose is to provide responses to questions raised regarding the solicitation and to revise specific continuation pages of the solicitation documents. The deadline for submitting proposals remains unchanged, set for August 11, 2025, at 1700 EDT, with the performance period of the contract extending from October 15, 2025, to August 31, 2030. The amendment emphasizes key submission requirements, including the necessity for contractors to acknowledge receipt of the amendment through specified methods, to ensure integrity in the proposal process. All other terms and conditions of the solicitation remain intact. The document follows standard government formats and procedures related to the amendment of solicitations and contracts, underscoring the structured nature of federal procurement processes. This clarity and adherence to protocol are crucial in maintaining compliance and facilitating smooth operations within federal contracting systems.
    The document outlines a Request for Proposal (RFP) for a Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on the Drive Trapping of animals as part of the Wild Horse and Burro (WH&B) Program. The period of performance is set from September 1, 2025, to August 31, 2030. Proposals must comply with the solicitation requirements, and the term is designated to emphasize various aspects of governmental contracting, including payment terms, offeror obligations, and certification of valid proposals for a minimum of 120 days. Key contacts for the bidding process include BLM contracting officers, Lisa Turner and Andrew Alger. The solicitation notes that this project supports conservation and management of natural resources specifically targeting wild horse and burro control. It is classified under a code related to natural resource conservation, highlighting its environmental significance. The document's structured presentation consists of sections detailing solicitation specifics, terms, and contact information needed for prospective contractors.
    Lifecycle
    Similar Opportunities
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.