56--GAOA CONCRETE SUPPLY SANTA CRUZ LAKE RECREATION
ID: 140L4025Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEW MEXICO STATE OFFICESANTA FE, NM, 87508, USA

NAICS

Ready-Mix Concrete Manufacturing (327320)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:00 PM UTC
Description

The Bureau of Land Management (BLM) is soliciting quotes from qualified small businesses to supply and deliver ready-mix concrete for reconstruction work at the Santa Cruz Lake Recreation Site in New Mexico, under solicitation number 140L4025Q0001. The procurement requires concrete with a minimum strength of 3,500 psi, with an estimated total delivery of up to 700 cubic yards over a one-year performance period, emphasizing the importance of safety compliance and coordinated delivery logistics. Interested vendors must acknowledge receipt of the solicitation amendment, provide a detailed project delivery plan, and submit their offers by April 11, 2025, while ensuring they are registered in the System for Award Management (SAM). For further inquiries, potential contractors can contact Lashondra Hubbard at lhubbard@blm.gov or by phone at 520-780-3978.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 10:05 PM UTC
The Bureau of Land Management (BLM) is seeking a contractor to supply and deliver ready-mix concrete for reconstruction work at the Santa Cruz Lake Recreation Site in Rio Arriba County, New Mexico. Contractors are required to invoice only for the actual concrete delivered, not estimated amounts, with BLM estimating 1-4 concrete pours per week, each requiring at least 8 cubic yards. The concrete must meet specific criteria, including a minimum strength of 3,500 psi and no inclusion of fly ash. Deliveries must be coordinated during business hours, and the contractor should ensure compliance with safety regulations. The period of performance is set for one year post-award, with BLM expecting an estimated total delivery of 700 cubic yards during this timeframe. The document emphasizes the importance of coordinated delivery, safety compliance, and the potential for testing of concrete quality upon delivery. Overall, this RFP outlines clear requirements and expectations for contractors in the context of federal projects aimed at supporting government infrastructure needs.
Jan 17, 2025, 10:05 PM UTC
The Bureau of Land Management (BLM) in New Mexico seeks vendors for ready-mix concrete supply to support projects at the Santa Cruz Recreation Site. This sources sought notice is intended for market research, aiming to identify companies capable of delivering the required materials. Key details include the request for company information, socio-economic status, and a capability statement that addresses potential subcontracting arrangements. The primary NAICS code for this acquisition is 327320. Concrete must meet specific requirements, including a minimum compressive strength of 3,500 psi, and be delivered to specified coordinates in a timely manner. Delivery logistics include scheduling 1 to 4 pours per week, with at least 48 hours' notice for contractors. All deliveries must comply with work hour restrictions and safety regulations outlined in the document. The contract's performance period is one year, with invoices reflecting actual concrete delivered rather than estimated quantities. BLM reserves the right to test the delivered concrete to ensure compliance with specifications. The submission deadline for interested vendors is January 22, 2025. This initiative indicates the BLM's commitment to enhancing site infrastructure while opening opportunities for business participation in federal contracts.
Apr 7, 2025, 10:05 PM UTC
The document outlines the Request for Proposal (RFP) for a new project involving the supply and delivery of ready-mix concrete for the Bureau of Land Management (BLM) at the Santa Cruz Recreation Site in Rio Arriba County, New Mexico. A site visit is scheduled for April 9, 2025, which vendors must coordinate by contacting the designated representative. The BLM estimates a need for 1 to 4 concrete pours per week, with a minimum order of 8 cubic yards per pour day, and a projected delivery total of up to 700 cubic yards over the contract period, though this number serves only as an estimate. The specifications clarify that the contractor is responsible solely for delivery, without the need for mixing or pouring assistance. The BLM retains the right to modify the delivery schedule and order volumes as needed, emphasizing that vendors should only invoice for the actual quantities ordered. This RFP represents an effort by the federal government to procure essential construction materials while adhering to specific guidelines regarding delivery logistics and contractor responsibilities.
Apr 7, 2025, 10:05 PM UTC
The document serves as an amendment to the solicitation numbered 140L4025Q0001, outlining essential updates and modifications. Key changes include the replacement of the primary contact person, with Michelle Lente Browning taking over from Herbert Chavez. The amendment specifies that offers must acknowledge receipt of the amendment before the designated deadline to avoid rejection. It also allows for modifications to already submitted offers through appropriate communication references. The amendment clarifies that the period of performance extends from April 17, 2025, to April 16, 2026. Overall, the purpose of this amendment is to communicate updates to potential contractors and ensure adherence to solicitation procedures, emphasizing the importance of timely responses in federal contracting processes. The document maintains a formal tone and reflects the procedural structure typical of government RFPs.
Apr 7, 2025, 10:05 PM UTC
The Bureau of Land Management (BLM) is soliciting quotes from qualified vendors to supply and deliver ready-mix concrete to the Santa Cruz Recreation Site in New Mexico, under solicitation number 140L4025Q0001. This request for quotation (RFQ) is set aside for small businesses in accordance with NAICS Code 327320. Offerors must provide a price schedule, a detailed project delivery plan, and any applicable amendments by April 11, 2025. The specifications demand concrete with specific properties, such as a minimum strength of 3,500 psi and compliance with Federal Acquisition Regulations (FAR) provisions. The estimated quantity of concrete during the contract's one-year performance period may reach up to 700 cubic yards, with billing based solely on the actual amount delivered. Delivery must occur on weekdays during set hours and requires coordination with designated BLM contacts. Safety, weather compliance, and considerable oversight during the delivery process are emphasized. The award aims to achieve "Best Value to the Government" through a Lowest Priced Technically Acceptable (LPTA) evaluation. Vendors must be registered in the System for Award Management (SAM) to participate, ensuring a streamlined procurement process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
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.
FY25 Concrete
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of 144 cubic yards of 5000 psi concrete for maintenance purposes at Fairchild Air Force Base in Washington. The contractor will be responsible for delivering the concrete to four designated locations on the flightline, ensuring compliance with all federal, state, and local regulations, and addressing issues related to flaking concrete that could lead to foreign object debris. This procurement is set aside for small businesses under NAICS code 327320, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested vendors must submit their quotes by April 30, 2025, via email to the designated contracting officials, and are encouraged to contact Angelo Bolanos or Brandon Teague for further information.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
BLM-WY-GRAY WALL LIVESTOCK WATER WELL
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals for the construction of a livestock water well in Natrona County, Wyoming, under solicitation number 140L6225Q0012. The project involves drilling a well to a depth of approximately 150 feet, adhering to Wyoming's Water Well Minimum Construction Standards, and includes the installation of necessary casing and gravel packing. This initiative is crucial for enhancing water resource management, particularly for agricultural use in the region. Interested contractors must ensure active registration in the System for Award Management (SAM) and submit their quotations by May 30, 2025, following a site visit on May 14, 2025. The estimated budget for this project ranges from $10,000 to $25,000, and inquiries can be directed to Huong Le at hle@blm.gov.
Y--Imperial Dam Potable Water Tank Replacement, AZ
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Imperial Dam Potable Water Tank Replacement project in Arizona. The project entails the demolition of an existing 85,000-gallon steel potable water tank and the construction of a new tank, adhering to specific guidelines for proper disposal and construction. This initiative is crucial for maintaining water supply facilities and is expected to have a project cost ranging from $250,000 to $500,000, with a performance period of 90 calendar days following the notice to proceed. Interested parties should respond to the Sources Sought Notice by April 28, 2025, at 2:00 PM MT, and can contact Jonathan Peterson at jrpeterson@blm.gov or 314-708-0329 for further information.
Bulk Cement
Buyer not available
The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking qualified vendors to provide bulk Portland cement under a Simplified Acquisition solicitation. The procurement requires the delivery of 500 net tons of cement that must meet ASTM C595 and AASHTO M 240 standards, delivered via self-unloading pneumatic trucks, with strict adherence to delivery protocols and documentation requirements. This cement is crucial for military operations, ensuring the quality and safety of construction materials used in various defense projects. Interested parties must submit their quotes by April 29, 2025, at 3:00 PM Central Daylight Time, and can direct inquiries to Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
Nungaray National Wildlife Refuge - Limestone Road
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for the procurement of 5,060 tons of Grade A limestone road base to be delivered to the Jocelyn Nungaray National Wildlife Refuge. This limestone will be utilized for the repair and maintenance of refuge roads, ensuring safe and accessible pathways for wildlife management and visitor access. The contract is designated as a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested vendors must submit their quotations by May 15, 2025, with the delivery period scheduled from September 1, 2025, to December 31, 2025. For further inquiries, potential bidders can contact Tariq Malveaux at tariqmalveaux@fws.gov or by phone at 703-629-2655.
Security Fencing - OLANCHA FIRE STATION FENCE INST
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotes for the installation of a security fence and curb repair at the Olancha Fire Facility in Inyo County, California, under Request for Quotation (RFQ) No. 140L1225Q0007. The project involves the installation of an 80-foot section of 72-inch galvanized steel chain-link fence, the replacement of a damaged 10-foot section, and the repair of a section of driveway curbing, with a total project cost expected to be less than $25,000. This opportunity is set aside for small businesses, emphasizing compliance with the Buy American Act and federal wage regulations, with a performance period from June 1, 2025, to August 30, 2025. Interested contractors must submit their quotations by May 5, 2025, and can contact John Cabral at jcabral@blm.gov or 707-438-5293 for further information.
GAOA - EMDDO ROADS AND REC SITE REPAIRS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is soliciting sealed bids for the "GAOA - EMDDO Roads and Recreation Site Repairs" project, aimed at repairing roads and parking areas at various recreation sites across eastern Montana. The project includes essential tasks such as re-establishing road sections, improving parking areas, and applying crushed aggregate surfacing at locations including Howrey Island, Matthews, Strawberry Hills, Moorhead, and Short Pines OHV. This initiative is significant for maintaining public access to recreational areas and enhancing visitor experiences while adhering to environmental standards. Interested small businesses must submit their bids by May 22, 2025, with an estimated contract value between $250,000 and $500,000, and can contact Christine Mundt at cmundt@blm.gov or (406) 896-5030 for further information.