GAOA CONCRETE SUPPLY SANTA CRUZ LAKE RECREATION
ID: 140L4025Q0001Type: Combined Synopsis/Solicitation
2 AwardsJun 11, 2025
$325.6K$325,591
AwardeeESPANOLA TRANSIT MIX LLC 1302 N RIVERSIDE DR Espanola NM 87532 USA
Award #:140L4025P0010
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
    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
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    Concrete Sinkers for Buoy Tenders
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for the fabrication and delivery of concrete sinkers, weighing 1,000 lb., 1,500 lb., and 2,000 lb., intended for use by buoy tenders in the Midwest region. The procurement aims to support the mooring of buoys in river systems, with specific requirements for environmentally safe materials and adherence to established specifications, including ASTM standards and USCG drawing dimensions. Interested small businesses are encouraged to respond to the Sources Sought Notice by completing a questionnaire detailing their capabilities and experience, with responses due by December 19, 2025. For further inquiries, interested parties may contact James C. Kanash at james.c.kanash@uscg.mil or by phone at 757-628-4467.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    Bridging the Use, Innovation, Life, and Durability of Concrete (BUILD Concrete)
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration (FHWA), is soliciting research proposals under Broad Agency Announcement (BAA) No. 693JJ3-24-BAA-0003, titled "Bridging the Use, Innovation, Life, and Durability of Concrete (BUILD Concrete)." The objective of this solicitation is to accelerate the implementation of next-generation binder technologies in engineering practice, ensuring that these materials maintain durability and enhance infrastructure integrity. This initiative is particularly significant as the concrete industry is experiencing rapid innovation, with a focus on market-ready binders that will be benchmarked against industrially produced Class A concrete. Interested parties should note that white papers are due by January 22, 2026, and multiple awards are anticipated, each with a performance period not exceeding 24 months. For further inquiries, contact Raven Merchant at Raven.Merchant@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.