V--ROCK HAULING - LAKEVIEW FIELD OFFICE
ID: 140L4325Q0036Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

General Freight Trucking, Local (484110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 12:00 AM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a firm-fixed price contract to provide rock hauling services in the Lakeview District of Oregon. The contractor will be responsible for delivering 15,000 cubic yards of crushed aggregate to Beaty Butte Loop Road, with the project scheduled to commence on May 1, 2025, and conclude by September 30, 2025. This procurement is crucial for maintaining infrastructure on public lands and ensuring compliance with federal and state safety and environmental regulations. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), should contact Matthew Duane at mduane@blm.gov or call 503-808-6317 for further details and to ensure compliance with submission deadlines and requirements.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 9:04 PM UTC
The document pertains to a Request for Proposals (RFP) for rock hauling services on Bureau of Land Management (BLM) land within the Lakeview District. It includes a series of questions and answers to clarify project details. Key points covered include the following: BLM land is public, and contractors can choose their hauling equipment, though belly dump trailers are suggested due to site conditions. The stockpile of materials has been dormant for two years, and delivery will involve various sites along one road where rock can be simply dumped, not stockpiled. Road conditions are moderate with flat grading, likely maxing at 6-8%. There are enforced weight limits on access roads, with no load-rated structures on the routes. Contractors must adhere to Department of Transportation (DOT) regulations and ensure trucks are licensed for highway travel, as some portions of the route are on a highway. This document demonstrates the federal government's endeavor to allocate resources effectively while ensuring compliance with relevant transportation regulations within the context of state and local project guidelines.
Apr 4, 2025, 9:04 PM UTC
The document is an amendment to a solicitation regarding a Rock Hauling project in the Lakeview District, issued by a federal agency. It outlines the requirements for contractors to acknowledge the receipt of this amendment through specific methods, such as signing copies or communicating electronically. It is crucial for contractors to submit acknowledgment before the specified deadline to avoid rejection of their offers. The amendment includes an attachment of Questions and Answers dated April 4, 2025, relevant to the solicitation. The performance period for the project is defined as May 1, 2025, to September 30, 2025. The document also notes that terms and conditions remain unchanged from previous agreements unless specified in the amendment. This amendment serves to clarify details concerning the solicitation, ensuring that all potential offerors are well-informed and meet compliance standards required by federal procurement processes. The document emphasizes the importance of proper communication and adherence to deadlines to facilitate a smooth bidding process.
Apr 4, 2025, 9:04 PM UTC
The document outlines a Request for Proposal (RFP) for a firm-fixed price contract to provide rock hauling services in the Lakeview District, Oregon. The contractor is required to deliver 15,000 cubic yards of crushed aggregate to Beaty Butte Loop Road, with project performance commencing on May 1, 2025, and concluding by September 30, 2025. The contract encompasses aspects such as preparation, compliance with federal and state safety regulations, environmental protections against noxious weeds, and adherence to cleanliness and hazardous material management protocols. Key responsibilities also include traffic control, provision of necessary safety equipment, and comprehensive site cleanup. The document stipulates that equipment must be inspected and cleaned to prevent environmental contamination. Invoicing must comply with the U.S. Treasury's Invoice Processing Platform, ensuring electronic submission and adherence to prompt payment regulations. Additionally, the RFP incorporates clauses reflecting contractor obligations, safety protocols, and laws relevant to government contracts. The overall purpose is to establish a contractual framework ensuring efficient service delivery while protecting public safety and environmental integrity.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
LAKE BERRYESSA EAST SIDE ROAD ROCK DELIVERY
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors to supply and deliver ¾ inch Class 2 Aggregate base rock for the maintenance of the East Side Road at Lake Berryessa. The procurement involves securing 900 tons of aggregate rock, with delivery scheduled from May 15, 2025, to May 14, 2030, and options for four additional years, emphasizing the importance of compliance with federal regulations and environmental considerations. This opportunity is a total small business set-aside, encouraging participation from small and disadvantaged businesses, with quotations due by 3:00 PM PST on April 24, 2025. Interested vendors can contact Sarah Anaya at sanaya@usbr.gov or by phone at 916-978-5140 for further details.
Y--Roseburg Warehouse Improvements
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is preparing to issue a Request for Proposal for the Roseburg Warehouse Improvements project located in Roseburg, Oregon. This construction contract will involve mobilization, minor demolition, cast-in-place concrete, gypsum board installation, painting, masonry work, ductless mini-split heat pump systems, and electrical requirements, all aimed at enhancing the BLM Roseburg District Office facilities. The project, valued between $100,000 and $200,000, is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a solicitation anticipated to be released around May 1, 2025, and a performance period expected from June to August 2025. Interested parties may direct inquiries to Holand C. Nordholm at hnordholm@blm.gov after the solicitation is issued.
OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
FFO Parking Lot Pavement Preservation
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals from small business contractors for the Fillmore Field Office Parking Lot Pavement Preservation project in Millard County, Utah. The project involves essential maintenance tasks such as sealing and repairing cracks, applying seal coats, and replacing pavement markings across approximately 12,859 square yards of parking facilities. This initiative is crucial for maintaining infrastructure integrity and ensuring safe environments for personnel and visitors at the site. Interested contractors must submit their proposals by April 24, 2025, with the contract expected to be awarded in spring 2025, and a performance period scheduled from May 1 to June 30, 2025. For further inquiries, potential bidders can contact Tori Blunt Mayes at tbluntmayes@blm.gov or by phone at 435-781-4445.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
BCLH Stewardship IRSC Phase 3
Buyer not available
The U.S. Department of Agriculture, Forest Service is soliciting proposals for the BCLH Stewardship IRSC Phase 3 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead Fires in Marion County, Oregon. The project involves cutting and removing fire-killed timber, managing hazard trees, and performing essential road maintenance and reconstruction tasks to restore access to critical routes while promoting environmental stewardship. This initiative is crucial for enhancing forest health and ensuring safe access to recreational areas, with a contract period extending from March 12, 2025, to October 15, 2029. Interested contractors must submit their proposals, including a bid guarantee, by the specified deadlines, and can contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further information.
OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP Douglas 251(1) project, which focuses on access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails significant construction work over a 1.3-mile access route, including earthwork, aggregate installation, drainage enhancements, precast concrete block wall construction, and guardrail installation, all while adhering to environmental protection measures. This initiative is crucial for improving public access and safety in a popular recreational area, with an estimated contract value between $2 million and $5 million and a tentative completion date set for November 2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
Glacier National Park- 2,820 tons of Gravel
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a contractor to supply and deliver 2,820 tons of ¾” minus crushed gravel for Glacier National Park. The gravel must be certified as weed-free and delivered to the park's headquarters in West Glacier, MT, between July 1 and August 1, 2025, during specified weekday hours. This procurement is essential for maintaining park infrastructure and ensuring environmental compliance, with the contract awarded based on a lowest price technically acceptable evaluation process. Interested vendors must submit their quotations by April 17, 2025, and can contact Barbara Glen at barbaraglen@nps.gov or 303-345-1131 for further information.
GAOA RINGING ROCKS ROAD RENOVATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting proposals for the renovation of the GAOA Ringing Rocks Road in Jefferson County, Montana. This firm-fixed-price construction contract, estimated to range between $500,000 and $1,000,000, aims to enhance road conditions through maintenance activities such as realignment, clearing, road reconstruction, and culvert installation. The project is significant for improving infrastructure access to the Ringing Rocks Recreation Site while promoting economic opportunities for small businesses, as it is categorized as a Total Small Business Set-Aside. Interested contractors must submit their proposals by the specified deadline, ensuring compliance with federal regulations, and can direct inquiries to Jorge Alvarez at jalvarez@blm.gov by May 1, 2025.