SOURCES SOUGHT
F -- F--Wild Horse & Burro Bait Trapping - Sources Sought
- Notice Date
- 2/22/2022 12:02:14 PM
- Notice Type
- Sources Sought
- NAICS
- 115210
— Support Activities for Animal Production
- Contracting Office
- NATIONAL OPERATIONS CENTER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140L0622R0009
- Response Due
- 3/2/2022 11:00:00 AM
- Archive Date
- 04/30/2022
- Point of Contact
- Slade, David, Phone: 3032366702, Fax: (303) 236-9421
- E-Mail Address
-
dslade@blm.gov
(dslade@blm.gov)
- Description
- 1. This sources sought is being published, for market research purposes only, to identify potential sources capable of supporting the Department of Interior (DOI), Bureau of Land Management (BLM) Wild Horse and Burro (WH&B) requirement for the capture, handling, care, feeding, and transportation of wild horses and/or burros. This includes but not limited to restraint, transportation and releasing of animals back to Herd Management Areas (HMA), Wild Horse and Burro Territories (WHBT), Joint Management Areas (JMA) or Complexes. 2. This is only a Sources Sought Synopsis and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Responses to this sources sought synopsis will be used for a market survey analysis to determine interested parties and if the contemplated acquisition will be conducted under full and open competition, total small business set-aside or 8(a) procedures. Respondents shall indicate in their responses whether they qualify under NAICS Code 115210, Support Activities for Animal Production, with a size standard of $8.0M as a small business concern. If you are a small business, and if the Government were to set this acquisition aside for small business, you would be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting. The small business prime or a similarly situated contractor must perform at least 50% of the requirement. 3. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. 5. The Government is contemplating a period of performance for this contract of one (1) base period of 1-year and four (4) option periods of 1-year each, which may be exercised. The estimated contract start date is August 1, 2022. The current acquisition type is a Firm Fixed Price, multiple award Indefinite Delivery-Indefinite Quantity (IDIQ) contract type.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b20d6b7d052f428fbe985d9cdf7ff0f7/view)
- Record
- SN06248593-F 20220224/220222230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |