F--Synopsis of Contract Award Actions-140L0125R0007
ID: 140L0125R0007Type: Special Notice
3 AwardsDec 16, 2025
$216M$216,000,000
AwardeeCATTOOR LIVESTOCK ROUNDUP, INC Nephi UT USA
Award #:140L0126D0001
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 announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.

    Point(s) of Contact
    Turner, Lisa
    (405) 435-6044
    (303) 236-9470
    lturner@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.
    Similar Opportunities
    F--ARKANSAS LOOP THINNING AND SEEDING
    Interior, Department Of The
    The Bureau of Land Management, under the Department of the Interior, is seeking proposals from qualified small businesses for the FY2026 Arkansas Loop Thinning Project in San Juan County, New Mexico. This project involves manual fuels reduction and seeding across approximately 213 acres, requiring contractors to perform tasks such as hand-cutting pinyon and juniper trees, managing slash, and conducting pre-thinning seeding, with specific work restrictions during migratory bird and big game seasons. Interested contractors must attend a mandatory site visit on January 16, 2026, at 11:00 AM MST, and submit their proposals by January 23, 2026, ensuring they are registered with SAM and provide their Unique Entity ID and CAGE code. For further inquiries, contact Audrey Whetham at awhetham@blm.gov.
    F--SEED APPLY LEE, DEERCREEK,SOWBELLY FIRES
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for after-fire seeding services in the Lee, Deer Creek, and Sowbelly fire zones in Colorado. The objective of this procurement is to restore approximately 25,533 acres affected by these fires through the uniform application of seed mixes, with the contractor responsible for all necessary resources except for government-furnished seed and mapping data. This project is critical for ecological rehabilitation and aims to ensure effective restoration of the affected areas. Interested contractors must have active registration in SAM, comply with Section 889 clauses, and submit their proposals by January 13, 2026, at 5:00 PM Mountain Time, with the contract period running from February 2, 2026, to March 2, 2026. For further inquiries, contact Patrick Frost at pfrost@blm.gov or by phone at 303-239-3605.
    V--BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support the Bureau of Indian Affairs (BIA) in Window Rock and Whiteriver, Arizona. The procurement involves providing contractor-furnished helicopters, personnel, and equipment for various missions, including fire suppression and law enforcement, with a contract period from March 1, 2026, to February 28, 2031. These services are critical for the BIA's operational needs, ensuring effective response capabilities in the region. Interested small businesses must submit their proposals by January 9, 2026, at 1300 PST, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for a contract titled "Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing," aimed at clearing and grubbing along 52.47 miles of forest service roads in Wyoming. The project includes tree removal, stump removal, material disposal, and temporary traffic control, with a performance period from June 1, 2026, to October 31, 2027. This procurement is set aside for small businesses, with a total small business size standard of $34 million, and will be awarded based on the highest technically rated quotation with fair pricing and acceptable past performance. Interested contractors must submit their proposals, including a detailed technical approach and pricing, by the specified deadlines, and can direct inquiries to Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801.
    CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is soliciting proposals for Irrigation and Maintenance Services at the Cibola National Wildlife Refuge (CNWR) and Cibola Valley Conservation Area (CVCA). This opportunity is a Total Small Business Set-Aside, aimed at providing essential services such as irrigation system repair, site maintenance, and agricultural field preparation over a five-year period from February 1, 2026, to January 31, 2031. The contract, with a maximum cumulative value of $3 million and a guaranteed minimum of $3,000, supports the Lower Colorado River Multi-Species Conservation Program and is critical for maintaining vital habitats. Interested contractors must submit their proposals electronically by January 20, 2026, and can direct inquiries to Kathleen Berry at kberry@usbr.gov or by phone at 702-293-8460.
    Notice of Intent to Award a BPA Call Order against The Land Management Integrated Resources BPA (LMIR)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a Blanket Purchase Agreement (BPA) Call Order for Snowy Butte Fungi Surveys on the Rogue River-Siskiyou National Forest. This procurement is part of the Land Management Integrated Resources BPA, which encompasses a wide range of services including professional services, natural resources restoration, and project management, and is available for use by all federal agencies. The BPA Call Order, exceeding $25,000, will be competitively awarded to eligible companies already approved under the LMIR BPA, with a total of 45 businesses set to receive the solicitation. Interested parties can reach out to the LMIR BPA Team at SM.FS.lmirbpa@usda.gov for further information, as this opportunity does not constitute a request for proposals and is part of a continuous pre-solicitation process.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This federal contract, valued between $1 million and $5 million, is a firm fixed-price, single-award contract set aside exclusively for small businesses, requiring work to commence within 10 calendar days of the notice to proceed and to be completed within 431 calendar days. The project is critical for maintaining infrastructure and ensuring safety, involving extensive reconstruction efforts including dewatering, excavation, and the installation of new outlet works and spillway features. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 720-812-0082.
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.