Northwest Oregon Road Maintenance IDIQ, Salem, Ore
ID: 140L4325Q0001Type: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 11, 2025, 12:00 AM UTC
  3. 3
    Due Feb 13, 2025, 10:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking qualified contractors for the Northwest Oregon Road Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, based in Salem, Oregon. This procurement involves a range of maintenance services including routine road grading, snow plowing, pavement sweeping, and slide removal, aimed at ensuring the upkeep of forest roads across multiple field offices in Northwest Oregon. The contract has a maximum value of $5,000,000, with a minimum order guarantee of $2,500, and the performance period is set from April 1, 2025, to March 31, 2030. Interested contractors can reach out to Tiffany Eslinger at teslinger@blm.gov or call (503) 808-6521 for further details and must adhere to the specified wage determinations and compliance requirements outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Oct 9, 2024, 10:43 PM UTC
The document outlines key information regarding the Bureau of Land Management's Northwest Oregon District, which includes various field offices located in major Oregon cities such as Portland, Salem, and Eugene. The map provided details the geographical distribution of the BLM and U.S. Forest Service offices across the region, emphasizing the area of responsibility for land management in Northwest Oregon. Geographical coordinates and references to major highways illustrate the logistical framework for access and operational activity. The BLM disclaims any warranty on the data's accuracy, indicating that it is subject to updates without prior notice, and has been compiled from multiple sources. This document serves as a preliminary informational tool that may be utilized for governmental requests for proposals (RFPs) or grants, informing stakeholders about the land management framework and field office locations that play a crucial role in federal and local regulatory compliance and environmental stewardship.
Feb 11, 2025, 10:06 PM UTC
The document presents a map and details regarding field offices of the Bureau of Land Management (BLM) and the U.S. Forest Service (USFS) in Northwest Oregon. The identified locations include Saint Helens, Tillamook, Portland, Hillsboro, Astoria, Oregon City, McMinnville, Dallas, Salem, Newport, Albany, Corvallis, and Eugene. Each office represents distinct operational areas managed by federal agencies responsible for land management, indicating a structured geographic distribution for effective governance. The accompanying legend denotes the various locations and routes marked on the map. The document emphasizes the role of these field offices in overseeing federal lands, though it includes a disclaimer regarding the accuracy and reliability of the geographic data, which may be updated without notice. This overview contributes to understanding the federal government's organizational framework in managing natural resources and serves as a resource for grant or proposal initiatives relevant to local and state RFPs associated with land management.
Oct 9, 2024, 10:43 PM UTC
The document outlines specifications for road maintenance and cleaning of drainage systems, critical in federal and local infrastructural projects. It details the procedures for removing materials, addressing culvert and ditch cleaning, and maintaining road surfaces and slopes. The guidelines emphasize the importance of proper grading techniques, ensuring a crown of 2-3% for road surfaces and 1.3 to 1.2 slopes for ditch cleaning. These measures are to prevent drainage issues and maintain road integrity. Key points include the removal of excess materials to designated waste areas, guidelines for pot hole treatments prior to grading, and the necessity for maintaining a minimum clear width of 12 feet for road accessibility. Additionally, the document details requirements for using water-bars, rolling dips, and ditch renovations to properly manage water flow and road drainage. Overall, this maintenance plan serves as a structural framework aimed at enhancing transportation infrastructure, ensuring safety, and promoting efficient water management while adhering to government RFP procedures and environmental guidelines for public works.
Feb 11, 2025, 10:06 PM UTC
The government file addresses various federal and state/local Requests for Proposals (RFPs) and grants aimed at supporting specific projects and initiatives. It outlines the aims of these funding opportunities, which include enhancing infrastructure, promoting public safety, and addressing community needs. Key aspects include eligibility criteria for applicants, application submission processes, deadlines, and evaluation criteria for proposals. The document emphasizes the importance of aligning project goals with federal and local priorities, highlighting areas such as environmental sustainability, economic development, and social equity. It also details the necessary components of a successful proposal, such as a clear project narrative, budget justification, and measurable outcomes. Additionally, the file serves as a guide for potential applicants, offering resources for further assistance and emphasizing compliance with applicable regulations. Overall, it encapsulates the government's commitment to fostering community improvement through strategic funding opportunities, ensuring that selected projects benefit the public effectively and efficiently.
Oct 9, 2024, 10:43 PM UTC
The Performance Work Statement (PWS) outlines a contract for providing non-personnel road maintenance services in the Northwest Oregon District of the Bureau of Land Management. The contractor is responsible for supplying all necessary personnel, equipment, materials, and supervision to restore and maintain forest roads, ensuring high-quality outcomes according to specified standards. Key tasks include routine road grading, snow plowing, pavement sweeping, bridge maintenance, and the removal of hazards such as fallen trees and roadside vegetation. The work emphasizes restoring road conditions to their original design, ensuring proper drainage, and addressing environmental concerns, including erosion control. Quality control and assurance processes are integral to the contract, ensuring compliance with performance standards through regular inspections and reporting. The contractor must manage a stable workforce and adhere to recognized holidays and defined operational hours to maintain efficient service delivery. The document serves as a framework for soliciting bids and ensuring all contractors meet rigorous performance criteria necessary for maintaining public land infrastructure vital to safety and access.
The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, detailing minimum wage requirements for contracts in Oregon, specifically Marion and Polk counties. It outlines wage rates for various occupations associated with federal contracts, reflecting compliance with Executive Orders 14026 and 13658. Contracts effective or renewed after January 30, 2022, stipulate a minimum hourly wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30, unless a higher rate is mandated. The document includes a comprehensive list of occupations and corresponding wage rates, alongside benefits such as health and welfare, vacation, and holidays. It also addresses specific provisions for paid sick leave under Executive Order 13706. A conformance process is outlined for unlisted job classifications, requiring contractors to classify and provide adequate compensation for additional services under the established wage determination framework. Overall, it conveys the federal commitment to ensuring fair wages and working conditions for employees on government contracts, while also providing essential details for contractors on compliance and reporting requirements.
Feb 11, 2025, 10:06 PM UTC
The document outlines Wage Determination No. 2015-5567 for the Service Contract Act, specifying minimum wage and fringe benefit requirements for contractors in Oregon's Benton County. Applicable executive orders dictate wage rates for contracts awarded after January 30, 2022, requiring a minimum wage of $17.75 per hour, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, provided they are not renewed post-January 30, 2022. The comprehensive list of detailed wage rates includes various occupational titles, ranging from administrative clerks to healthcare and technical positions, along with corresponding fringe benefits of $5.36 per hour for health and welfare, vacation, and holiday provisions. Specific notes indicate that certain occupations may require additional pay adjustments due to hazardous work conditions or special classifications. This document serves as a critical reference for federal contractors, ensuring compliance with wage requirements and promoting fair labor practices. It emphasizes the importance of adhering to established wage standards in securing government contracts, enhancing workforce protection through regulatory oversight.
The document outlines the Wage Determination No. 2015-5563 Revision No. 24, issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage requirements for federal contracts based on two key Executive Orders. Contracts awarded on or after January 30, 2022, must pay at least $17.75 per hour, while those from January 1, 2015, to January 29, 2022, must adhere to a minimum of $13.30 per hour unless a higher rate is specified. The document lists wage rates for various occupations across specified counties in Oregon and Washington, including detailed salary figures for administrative, automotive, food service, healthcare, and technical roles among others, with additional fringe benefits outlined. The file highlights the importance of worker protections, vacation policy, and sick leave provisions under recent regulations. It also details the conformance process for job classifications not explicitly listed, emphasizing compliance with wage standards. Overall, the document serves as a guideline for contractors to ensure fair compensation and adherence to federal labor laws in service contracts.
The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage and fringe benefit requirements for contractors in the Oregon counties of Clatsop and Tillamook. It specifies minimum hourly wages based on the applicable Executive Orders—$17.75 for contracts post-January 30, 2022, and $13.30 for contracts between January 1, 2015, and January 29, 2022. The document lists various occupations along with their respective wage rates, emphasizing the necessity for contractors to adhere to these rates while providing health, welfare, vacation, and holiday benefits. In addition, it outlines requirements for sick leave under Executive Order 13706 and stipulates the process for classifying additional job titles not previously listed in the wage determination. The document highlights the importance of compliance for contractors involved in federal contracts, noting additional pay considerations such as hazardous pay differentials and uniform allowances. This wage determination aims to protect workers employed under federal contracts and ensure fair compensation in line with established labor standards.
Feb 11, 2025, 10:06 PM UTC
The document is the "Register of Wage Determinations Under the Service Contract Act," outlining wage rates for various occupations in Lane County, Oregon, applicable to federal contracts under Executive Orders 14026 and 13658. The primary focus is on minimum wage and fringe benefit requirements for contractors and their employees based on contract initiation, renewal, or extension dates. Detailed wage rates are provided for numerous occupations covering administrative, automotive, food service, health, and technical roles, specifying hourly pay rates and health and welfare benefits. Notably, workers in certain classifications may be entitled to higher minimum wages as specified in the Executive Orders. The document emphasizes compliance with the Service Contract Act, including paid sick leave under Executive Order 13706, and contains procedures for classifying unlisted job occupations under the wage determination. Additionally, it outlines requirements such as vacation entitlements and holidays for employees covered under this regulation. This wage determination serves as a guide for contractors responding to federal RFPs and ensures that employees engaged in government contracts are compensated fairly according to established labor standards.
Feb 11, 2025, 10:06 PM UTC
The document presents Wage Determination No. 2015-5575, issued by the U.S. Department of Labor under the Service Contract Act (SCA). It outlines wage and fringe benefit standards that contractors must comply with when providing services to the federal government. The determination is relevant for contracts awarded on or after specific dates, dictating minimum wage rates for various occupations based on federal Executive Orders. For instance, contracts entered into after January 30, 2022, must pay a minimum wage of at least $17.75 per hour. The document details occupational titles, their corresponding wage rates, and notes the requirement of fringe benefits, including health & welfare, vacation, and holidays. Specific jobs with marked footnotes may have varying wage considerations. Additionally, it addresses guidelines for contract work and compliance processes regarding unlisted occupational classifications, establishing parameters for conformance requests. Overall, this wage determination serves as a regulatory framework to ensure fair compensation for workers under federal contracts, enhancing worker protections and compliance across numerous service-based occupations in Oregon. The comprehensive presentation of wage rates and conditions reflects the government's commitment to uphold labor standards in its contracting processes.
Feb 11, 2025, 10:06 PM UTC
The document outlines the Wage Determination No. 2015-5587 related to the Service Contract Act, particularly focusing on wage rates and fringe benefits for workers in Oregon's Linn County. It mandates that contracts initiated or renewed after January 30, 2022, must adhere to the higher minimum wage established under Executive Orders 14026 ($17.75) or 13658 ($13.30), applicable for work performed in 2025. Detailed lists of occupation codes and corresponding wage rates are provided, along with specific requirements for fringe benefits, including health and welfare compensation. The document also includes provisions regarding paid sick leave for federal contractors, vacation policies, and holiday entitlements. Critical directives outline the conformance process for any labor classifications not listed in the wage determination, ensuring fair compensation for all workers. This document plays a vital role in informing contractors and ensuring compliance with federal wage standards in government contracts.
The document outlines a series of requests for proposals (RFPs) for various maintenance and environmental services across multiple Field Offices including Cascades, Marys Peak, Siuslaw, Tillamook, and Upper Willamette. The main focus is on services like snow plowing, pavement sweeping, shoulder and bridge maintenance, slide removal, and hazard removal along roadways. Each service type is described with applicable units of measure (e.g., lane miles, miles, cubic yards, and each) for accurate bidding. The document also specifies ordering periods extending from March 2025 to February 2030, indicating a structured timeline for submissions and contract execution. This systematic approach aims to ensure the efficient upkeep of state infrastructure while enhancing safety and operational effectiveness. The RFPs highlight the government's commitment to maintaining roadway safety and environmental standards through collaborative vendor partnerships, reflecting the importance of public works in federal and state planning.
The document outlines the Request for Proposals (RFPs) and federal grants related to maintenance services in various field offices managed by the Cascades Region. It specifies a range of itemized services, including snow plowing, pavement sweeping, bridge maintenance, slide removal, and hazard removal along roadways. Each item is categorized with a corresponding unit of measure, such as lane miles (LNMI), cubic yards (CY), and feet (FT), ensuring clarity on scope and scale of work. The item descriptions are structured according to individual field offices, namely Cascades, Marys Peak, Siuslaw, Tillamook, and Upper Willamette, with each section detailing similar maintenance tasks and their respective ordering periods from March 2025 to February 2030. These RFPs aim to ensure efficient, consistent maintenance of roadway infrastructure to enhance safety and accessibility. Overall, the document serves as a key resource for potential contractors bidding on maintenance service contracts, reflecting the government's commitment to maintaining transportation infrastructure across various regions.
Feb 11, 2025, 10:06 PM UTC
The document outlines a series of tasks and contracts set forth for road maintenance across various field offices, including Cascades, Marys Peak, Siuslaw, Tillamook, and Upper Willamette. Each office has specified items for services, such as snow plowing, pavement sweeping, shoulder maintenance, bridge maintenance, slide removal, and hazard removal. The structure includes item numbers, descriptions, units of measure, and specified ordering periods extending from March 1, 2025, through February 28, 2030. Key unit measures include lane miles (LNMI), miles (MI), each (EA), and cubic yard (CY), standardized for clarity in bids. This RFP document serves to gather proposals from contractors for essential road maintenance tasks, thereby ensuring safe and efficient roadway operations. Overall, the purpose is to facilitate the procurement process for routine maintenance services essential for public safety and infrastructure integrity, adhering to local, state, and federal regulations.
Feb 11, 2025, 10:06 PM UTC
The document details Amendment 0002 to Solicitation No. 140L4325Q0001 for the Northwest Oregon Roadside Maintenance IDIQ. This amendment corrects the schedule of items, updates contract clauses, and addresses vendor questions without changing the quote due date. The amendment specifies that offers must be acknowledged prior to the submission deadline, and it outlines changes including updated unit measurements for subgrade sampling and revised FAR clauses regarding order limitations. Key points covered include clarifications on mobilization costs, the specifics of subgrade sampling, and procedures for brush clearance along roadsides. The amendment indicates that task orders will consolidate multiple tasks within field offices and address operational requirements, such as the use of flaggers and snow plowing. The document emphasizes compliance with specified tasks, providing a detailed framework for contractors to follow, which is essential for ensuring government contracting transparency and operational effectiveness in roadside maintenance efforts. Overall, the amendment serves to streamline the bidding process while clarifying contractor responsibilities and expectations.
Feb 11, 2025, 10:06 PM UTC
Amendment 003 to Solicitation No. 140L4325Q0001 concerns the NWOD Roadside Maintenance IDIQ project managed by the Bureau of Land Management (BLM) in Oregon. The amendment includes vendor questions and answers, specifically addressing wage determinations and the bidding process for task orders. Key points highlight how wage determinations dictate the prevailing wages and benefits for service employees, which contractors must follow when bidding on task orders. The rates set in the IDIQ reflect maximum ceilings that should not be exceeded in pricing, although contractors can propose lower rates. Additionally, once task orders are issued, they may be awarded to either a single or multiple contractors, depending on the responses received from potential bidders. Contractors must accept task orders unless they adhere to specific limitations as stipulated in the Federal Acquisition Regulation. The amendment clarifies that there is no change to the quotation due date and emphasizes contractors' responsibilities regarding pricing and understanding the geographical wage determinations linked to their projects. This amendment underscores the competitive nature of federal contracting, ensuring that contractors are well-informed about expectations and regulatory requirements.
Feb 11, 2025, 10:06 PM UTC
The document pertains to Amendment 0001 of the Northwest Oregon Roadside Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically for Salem, Oregon. The main purpose of the amendment is to correct the schedule of items by adding a new entry (item x012) related to Subgrade Sampling, without altering the due date for quote submissions. It details that submissions need to adhere to the most up-to-date Attachment 1 Excel Document, which outlines the Schedule of Items, and clarifies the period of performance from April 1, 2025, to March 31, 2030. Additionally, the document outlines procedures for acknowledging receipt of the amendment, with emphasis on timely communication to avoid rejection of offers. It retains all previously established contract terms and conditions. This amendment is part of the standard procedural practice associated with government Requests for Proposals (RFPs) and contracts, aimed at ensuring clarity and compliance among contractors.
Feb 11, 2025, 10:06 PM UTC
The document is an amendment to solicitation 140L4325Q0001 related to the Northwest Oregon Roadside Maintenance IDIQ project, issued by the Bureau of Land Management (BLM) in Portland, Oregon. Amendment number 0002 addresses updates to the schedule of items, rectifies clauses, and responds to vendor inquiries while maintaining the original quotation due date. The period of performance for the contract spans from April 1, 2025, to March 31, 2030. Contractors must acknowledge receipt of this amendment via specified methods before the designated opening date to avoid rejection of their offers. The document outlines procedural changes and emphasizes the necessity for updated submissions using the latest version of the provided Excel attachment. It reinforces the ongoing relevance of all terms and conditions from the original solicitation, ensuring a structured and compliant procurement process. The amendment ultimately serves to clarify requirements and address contractor questions, enhancing participation and compliance in the bidding process.
Feb 11, 2025, 10:06 PM UTC
The document pertains to Amendment 0003 of the solicitation for the Northwest Oregon Roadside Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, based in Salem, Oregon. This amendment releases the second set of vendor questions and answers but does not alter the submission deadline for quotes. The established period of performance for the contract is from April 1, 2025, to March 31, 2030. For offers to be considered, contractors must acknowledge receipt of the amendment through specified methods before the designated submission time. The document emphasizes that all remaining terms and conditions of the original solicitation remain unchanged and in effect. It underscores compliance requirements, highlighting the procedural nature of government contracting and the importance of careful adherence to submission guidelines.
Feb 11, 2025, 10:06 PM UTC
The document details a Request for Proposal (RFP) for the Bureau of Land Management (BLM) regarding a five-year contract for roadside maintenance services in Northwest Oregon. The contract encompasses a maximum value of $5,000,000, with a minimum order guarantee of $2,500. The primary services outlined include routine road grading, snow plowing, pavement sweeping, and slide removal, ensuring the upkeep of forest roads within the district. The RFP specifies contractor responsibilities, including providing necessary equipment and personnel while adhering to performance standards and quality assurance protocols. The document emphasizes the contractor's obligation to maintain a clean and safe work environment, implement effective quality control systems, and comply with environmental regulations. Additionally, the timelines for performance, invoicing procedures through the Treasury's IPP, and the requirement for inspections by BLM officials are detailed. This comprehensive framework ensures that maintenance services meet federal expectations while addressing safety and compliance across multiple operational areas.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
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.
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 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 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.
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.
OR FS OCHOC607 22(1), Road 22 Repairs MP 0.0 to 8.0
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Road 22 Repairs project (OR FS OCHOC607 22(1)) in Oregon, covering mileposts 0.0 to 8.0. The project aims to address critical repairs including edge cracking, potholes, and embankment settlement, while ensuring compliance with federal standards for roadway safety and performance. This initiative is vital for maintaining infrastructure that supports safe vehicular traffic flow and access to recreational areas. Interested small businesses are encouraged to submit their bids, with the estimated project cost ranging from $700,000 to $2,000,000. For further inquiries, potential bidders can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
SEED EXTRACTION & PROCESSING 2025
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors to provide seed extraction and processing services for two seed orchards in Oregon, specifically the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard. The procurement aims to secure services for extracting, processing, and delivering seeds from conifer cones to meet reforestation standards, with a focus on maintaining quality during extraction and adaptability to environmental changes affecting cone quality and quantity. This contract is vital for supporting reforestation efforts and ensuring the availability of high-quality seeds for future planting. Quotes are due by May 10, 2025, with the contract period of performance running from September 1, 2025, to May 31, 2026. Interested parties can contact Shane Mundt at smundt@blm.gov or by phone at 406-594-9282 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.
HVAC CONTROL SYSTEM, OR
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the installation of a new HVAC control system at its Northwest Oregon District Office in Salem, Oregon. The project aims to replace outdated HVAC controls with a Johnson Controls Metasys supervisory controller, enhancing energy management and enabling remote monitoring capabilities. This initiative is crucial for improving operational efficiency and indoor environmental quality within the facility, which is a three-story building constructed in 1981. The contract is set aside for small businesses, with a total bid amount anticipated to be between $1 million and $5 million. Interested contractors must submit their bids by the specified deadline and can contact Jonathan Peterson at jrpeterson@blm.gov or by phone at 314-708-0329 for further details.
56--Producing aggregate in Mt Ruben quarry, Medford OR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotations from small businesses for the production of aggregate at the Mt. Ruben quarry in Medford, Oregon. The project, identified as Request For Quotation (RFP) No. 140L4325Q0039, involves mobilization, site clearing, and the production of approximately 9,500 cubic yards of crushed aggregate from previously shot rock, with a strong emphasis on adhering to environmental and safety regulations, particularly concerning local wildlife habitats. This initiative is crucial for maintaining road infrastructure while ensuring compliance with federal environmental standards, including protections for the northern spotted owl. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545.