Closed Solicitation · DEPARTMENT OF THE INTERIOR

    GRASS HAY BLM NEVADA

    Sol. 140L0125Q0015Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)DENVER, CO
    Closed
    STATUS
    Closed
    closed Aug 25, 2025
    POSTED
    Aug 7, 2025
    Publication date
    NAICS CODE
    111940
    Primary industry classification
    PSC CODE
    8710
    Product & service classification

    AI Summary

    The Bureau of Land Management is seeking quotations for the supply of grass hay to the Palomino Valley Wild Horse & Burro Facility in Nevada. This opportunity is a combined synopsis/solicitation under NAICS code 111940 and is set aside for small businesses. Quotations are due by August 25, 2025, and must comply with the specified requirements.

    Contract details

    Solicitation No.
    140L0125Q0015
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 7, 2025
    Response Deadline
    August 25, 2025
    NAICS Code
    111940AI guide
    PSC / Class Code
    8710
    Primary Contact
    Alger, Andrew
    City
    DENVER
    State
    CO
    ZIP Code
    80225
    AI Product/Service
    product

    Description

    Pursuant to Federal Acquisition Regulation (FAR) 12.603(a), the Contracting Officer is issuing a combined synopsis/solicitation for the acquisition of grass hay at the Palomino Valley Wild Horse & Burro Facility in Nevada.

    (i) This is a combined synopsis/solicitation for the acquisition of commercial products prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

    (ii) Solicitation Number 140L0125Q0015 is being issued as a Request for Quotation (RFQ). This solicitation will utilize the policies contained in FAR Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition.

    (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 June 11, 2025.

    (iv) This solicitation is being issued as a 100% total small business set-aside. The NAICS associated with this solicitation is 111940, Hay Farming, size standard of $2,500,000.00.

    (v) See the attached Statement of Work (SOW) for detailed requirements (Attachment 1), the pricing sheet to be completed and returned with your quotation (Attachment 2).

    (vi) The hay to be acquired through this combined synopsis/solicitation will be delivered to National Wild Horse and Burro Placement Center at Palomino Valley, 15780 State Route #445, Reno, Nevada 89510.

    (vii) Performance location is detailed in the attached SOW (Attachment 1).

    (viii) FAR Provision 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, applies to this acquisition. Potential offerors shall read and comply with all of the requirements. (See Attachment 4 for Additional Instructions).

    (ix) Basis for Award: The basis of award for this contract shall be Lowest Price Technically Acceptable (LPTA), the evaluated price will be the overall total price and the non-price factor is as follows:

    This award will be based on lowest price technically acceptable. To be determined technically acceptable the offeror shall provide a product information sheet that shows that the products being supplied meets the general requirements as specified in the specification/instructions document; all deliveries will be pre-coordinated with the BLM Contracting Officer Representative (COR). The BLM will rank the quotes received by pricing (lowest to highest) and will then evaluate the product information sheet of the lowest price quote submitted. If that product information sheet is found to be acceptable based on the requirements of this RFQ, award will be made to that contractor and the product information sheets of the other quotes will not be evaluated. If the product information sheet of the lowest priced quote is found to be not acceptable then the product information sheet of the next lowest price quote will be evaluated, this will continue until award is made.

    To be eligible for award, the offeror must be deemed responsible in accordance with FAR 9.104; provide all documentation/information required in the Additional Instructions section (Attachment 4) of this solicitation, meet all requirements of the solicitation and conform to all required terms and conditions, unless a proposed exception is accepted by the Government. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government seeks to award to the lowest price technically acceptable offeror.

    (x) Offerors shall include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services, with their quotation if they are not registered in the System for Award Management (SAM). If already registered in SAM, the quoter shall verify the information is up-to-date.

    (xi) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services applies to this acquisition. See Attachment 3 for FAR reference.

    (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services, applies to this acquisition. See Attachment 3, FAR Clause 52.212-5 for additional information.

    (xiii) Additional provisions and clauses that apply to this acquisition are provided at Attachment 3. These clauses will be incorporated into the successful offerors' contract award. Additional provisions that apply to this acquisition are provided at Attachment 3. These provisions are incorporated into this solicitation but will not be incorporated into the successful offerors' contract award.

    (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.

    (xv) Quotations are due no later than Monday, August 25, 2025, 2:00 p.m. EDT. Quotations shall be submitted via electronic mail to the point of contact listed below in section (xvi).

    Interested parties may submit questions relating to this solicitation via electronic mail to the point of contact listed in section (xvi) and are due no later than Thursday, August 14, 2025, 2:00 p.m. EDT.

    (xvi) The following individual is the point of contact for this combined synopsis/solicitation.

    Andrew Alger
    Contracting Officer
    Bureau of Land Management
    Headquarters Acquisitions Branch
    Email: aalger@blm.gov

    The following attachments are hereby incorporated into this combined synopsis/solicitation:

    Attachment 1 - Specifications
    Attachment 2 - Price Schedule
    Attachment 3 - Clauses and Provisions
    Attachment 4 - Instructions to Offeror
    Attachment 5 ¿ Wage Determination

    Key dates

    1. August 7, 2025Posted Date
    2. August 25, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GRASS HAY BLM NEVADA is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.