This is a Request for Information (RFI)/Sources So
Solicitation from BUREAU OF LAND MANAGEMENT • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 09, 2026. Industry: NAICS 333111 • PSC 3730.
Market snapshot
Awarded-market signal for NAICS 333111 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 333111
Description
only to identify potential businesses capable of supporting the Department of the Interior (DOI),
Bureau of Land Management (BLM) requirement for stationary hydraulic squeeze tilt chutes used for restraining and treating wild horses and wild burros. This is only a Request for Information/Sources Sought and is not a Request for Quote (RFQ). 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.
Background
The BLM Wild Horse and Burro (WH&B) Program Office requires stationary hydraulic squeeze tilt chutes used for restraint and treatment of wild horses and burros. The draft Specifications Document is attached with this Request for Information/Sources Sought.
Objectives
The objective is to collect business input on solutions and an approach to acquire top quality
stationary hydraulic squeeze tilt chutes for use on wild horses and wild burros. Photos and/or video of the final product are encouraged to be submitted. More specific details are included in the attached Specifications Document.
Responses to this Request for Information/Sources Sought will be used for a market survey analysis to determine interested parties, industry standards for the stationary hydraulic squeeze tilt chutes, industry standard warranties and assurances, and if the contemplated acquisition will be conducted under full and open competition or total small business set-aside. Respondents shall indicate in their responses whether they qualify as a small business concern under North American Industry Classification System (NAICS) Code 333111 Farm Machinery and Equipment Manufacturing with a size standard of 1,250 employees for small businesses. 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 will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded.
RFI Response
Responses to this RFI must include the below company details and answers to the following
questions. The information supplied in this questionnaire will allow the BLM to better finalize
the acquisition strategy plan for a possible resultant procurement.
1. Company Name:
Street Address:
City/State/|Zip:
Point of Contact:
Phone:
Email:
Company Website:
UEI Number:
2. Company currently registered and active in the System for Award Management (SAM) to be eligible for All Awards?
¿ YES ¿ NO
3. What is your business size category for NAICS 333111 Farm Machinery and Equipment Manufacturing?
¿ SMALL ¿ OTHER-THAN-SMALL ¿ NON-PROFIT
4. If response above is SMALL, please select any of the socio-economic groups that apply to
your company:
¿ 8a ¿ HubZone ¿ EDWOSB ¿ SDB ¿ SDVOSB ¿ VOSB ¿ WOSB
5. Provide your qualifications to provide hydraulic squeeze / tilt chutes as detailed in attached specifications.
6. Provide your company¿s level of certification for the AWS certified welder and any other applicable certifications required to make the stationary hydraulic squeeze tilt chutes.
7. After reviewing the attached Draft Specifications document, do you have any questions/comments?
8. Would your company be interested in submitting a competitive quote for the required products in the future?
¿ YES ¿ NO
9. Please provide any other applicable comments or recommendations not addressed in the
foregoing.
Submissions
Any information submitted by the respondents to this Request for Information/Sources Sought is strictly voluntary. Only electronic responses (electronic mail) will be accepted and shall not exceed ten (10) pages. Response shall be received no later than 2:00 P.M. EST, Monday, March 9, 2026. The point of contact for responses, questions, and/or comments is Melanie Stevens, Contract Specialist, mastevens@blm.gov
NOTE: The attached Specifications Document is a "DRAFT" version. If a solicitation is issued vendors will be responsible to review ¿FINAL¿ specifications prior to quote submission. It is the offerors' responsibility to ensure any revisions are understood. Additional information, as it becomes available, will be posted as well as amendments to this announcement and will be available for viewing on SAM.gov. It is the responsibility of the interested parties to review the sites frequently for any updates/amendments to documents. All potential offerors are reminded, in accordance with Federal Acquisition Regulations (FAR) 52.204-7 -- System for Award
Management (SAM) registration for All Awards is required prior to award of any contract. Lack of registration in SAM will make an offeror ineligible for contract award if this requirement is solicited for award in the future.
Disclaimer
Any information provided by industry to the Government as a result of this sources sought
synopsis is strictly voluntary and confidential. 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 RFQ.
All information received in response to this RFI that is marked proprietary will be handled
accordingly.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.