The Bureau of Land Management, Headquarters Acquisition Branch intends to issue a Request for Proposal (RFP) 140L0125R0007 for Wild Horse and Burro Drive Trapping Services.
The proposed contracts will have a total performance period of five (5) years. The anticipated overall period of performance is October 8, 2025 through October 7, 2030.
TYPE OF CONTRACT AND NAICS: The RFP will be Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract(s). The North American Industrial Classification System Code (NAICS) for this effort is 115210 Support Activities for Animal Production.
TYPE OF SET-ASIDE: This acquisition will be a total small business set-aside.
SELECTION PROCESS: This is a best value source selection. The Government will select the best overall proposals based upon an integrated assessment of technical, past performance, and price. To be eligible for award, the offeror must be deemed responsible in accordance with FAR 9.104; meet all requirements of the solicitation; conform to all required terms and conditions; and include all required certifications, unless a proposal exception is accepted by the Government. The Government seeks to award to the offerors who provide the best value in meeting or exceeding the requirements. This may result in awards to higher-rated, higher-priced offerors, where the decision is consistent with the evaluation factors and the Contracting officer reasonably determines that the technical superiority, overall business approach or superior past performance of the higher-priced offeror outweighs the price difference. While the Government source selection evaluation team will strive for maximum objectivity, the source selection process is by its nature subjective. Therefore, professional judgment is implicit throughout the entire process.
NUMBER OF CONTRACTS TO BE AWARDED: The Government anticipates making two (2) or more awards to offerors that present the best overall value to the Government.
DISCUSSIONS: The Government may award without discussions but reserves the right to conduct discussions should it be deemed in the Government¿s best interest.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about July 10, 2025.
The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management (SAM) Contract Opportunities database at http://www.sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Solicitation files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation, contractors are required to register at the SAM website at http://www.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors¿ responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS: Offerors shall have and shall maintain an active registration in System for Award Management (SAM) found at http://www.sam.gov to be eligible for a Government contract award.
POINTS-OF-CONTACT: The points-of-contact for this acquisition are: Contract Specialist -Melanie Stevens,
[email protected], and Contracting Officer - Lisa Turner,
[email protected].
This announcement services as the Advance Notice for this solicitation. Responses to this synopsis are not required.