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
SGFO Road Base Aggregate
Buyer not available
The Bureau of Land Management (BLM) is issuing a Request for Quote (RFQ) for the procurement of 2,000 tons of Road Base Aggregate Material for a construction site in Washington County, Utah. This procurement is set aside for total small business concerns and aims to ensure the delivery of materials that meet specified gradation limits and quality standards for road, shoulder, and ware yard construction. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by May 5, 2025, and delivery expected within 30 days after order receipt. Interested parties should direct inquiries to Contract Specialist Mark Renforth at mrenforth@blm.gov and ensure compliance with all submission requirements outlined in the solicitation.
HOUSE ON FIRE PARKING AREA GRAVEL
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the procurement of road base materials to construct a parking area at the House on Fire Trail Head in San Juan, Utah. Specifically, the BLM requires 410 tons of 2" Granular Borrow and 450 tons of 1-½” Untreated Base Course (UTBC), with delivery expected within 30 days after receipt of the order. This procurement is set aside for small businesses under NAICS code 212321, emphasizing the importance of compliance with federal regulations and procurement standards. Interested parties must submit their quotations via email to Contract Specialist Mark Renforth by May 5, 2025, and may direct any questions regarding the solicitation to him by April 29, 2025.
F--BIL_BAR_Horning Seed Orchard Field Fence Installation for the BLM-Portland Offi
Buyer not available
The Bureau of Land Management (BLM), Oregon State Office, is seeking proposals for the installation of field fencing at the Horning Seed Orchard in Colton, Oregon. This procurement is specifically set aside for Women-Owned Small Businesses and involves a firm fixed price construction contract with a project magnitude estimated between $25,000 and $100,000. The successful contractor will be required to complete the installation within 60 days following the issuance of the Notice to Proceed (NTP), with the solicitation expected to be released around May 1, 2025. Interested parties can contact Susanne Clark at susanneclark@blm.gov or by phone at 503-808-6494 for further details.
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 Beachie Creek and Lionshead fires of 2020, located in Marion County, Oregon. The project involves 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 enhancing forest management practices and mitigating wildfire risks, with an estimated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, and are encouraged to attend a pre-solicitation site visit on November 4, 2024, with the final solicitation expected to be issued around May 2, 2025.
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.
NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the NV-Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. This project requires the procurement of 1,500 tons of ¾” gravel to repair road damage caused by flooding from tropical storm Hilary, with specific quality and delivery requirements outlined in the Request for Quotation (RFQ). The initiative is crucial for maintaining safe access within the refuge and ensuring compliance with government standards, including sustainability practices and environmental regulations. Interested small businesses must submit their bids by April 30, 2025, and are encouraged to contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
HORSE CORRALS OFFICE CLEANING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for cleaning and repairing the horse corrals and adoption office in Burns, Oregon, following significant water damage. The contract requires comprehensive services, including the cleanup, sanitization, removal of damaged materials, and necessary repairs to ensure a safe and functional workspace. This opportunity is particularly aimed at small businesses, including service-disabled veteran-owned, HUBZone, and women-owned enterprises, reflecting the government's commitment to supporting diverse business participation in federal contracting. Proposals are due by April 24, 2025, with the performance period set from May 12, 2025, to June 30, 2025. Interested contractors can contact Christy Webster at cnwebster@blm.gov or by phone at 503-808-6074 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 in areas affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Detroit Ranger District and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access routes. This initiative is critical for enhancing public safety and forest management, with an estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work between $500,000 and $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 July 2, 2025, and contract awards planned for September 3, 2025.
I84 EAST BILLBOARD_NHOTIC/FIRE_BAKER
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's Oregon State Office, is soliciting proposals for Billboard Rental Services at the National Historic Oregon Trail Interpretive Center in Vale, Oregon. The contract, which is a firm-fixed-price agreement, requires the selected vendor to design, fabricate, and install billboards that provide directional signage during the spring and summer and fire prevention messages in the fall and winter, with a performance period from June 1, 2025, to May 31, 2026, and the possibility of four one-year extensions. This procurement emphasizes the importance of effective public messaging and aligns with the government's goals of engaging small businesses while ensuring compliance with environmental and safety regulations. Interested parties should contact Benjamin Becker at babecker@blm.gov or call 503-808-6545 for further details regarding the submission process and requirements.
BIG CYPRESS STONE AND TRUCK HAULING
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for the delivery and hauling of 1,750 tons of DOT-approved lime rock base stone for a project at Big Cypress National Preserve. The contractor will be responsible for transporting the stone using 20-yard dump trucks to the Loop Road Ranger Station, where the delivery will be monitored by park personnel. This project is crucial for stabilizing Loop Road and managing water flow to mitigate flooding risks in the local community, emphasizing the importance of quality materials that meet Florida Department of Transportation standards. Interested small businesses must submit their quotes by May 9, 2025, and are encouraged to demonstrate relevant past performance and technical capabilities, with inquiries directed to Dallas Harper-Staub at dallasharper-staub@nps.gov or by phone at 256-986-0815.