LAKE BERRYESSA EAST SIDE ROAD ROCK DELIVERY
ID: 140R2025Q0029Type: Combined Synopsis/Solicitation
AwardedMay 21, 2025
$198.4K$198,360
AwardeeCROWLEY HOLDINGS LLC 1033 JACKSON AVE STE 202 New Orleans LA 70130 USA
Award #:140R2025P0035
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Anaya, Sarah
    (916) 978-5140
    (916) 978-5175
    sanaya@usbr.gov
    Files
    Title
    Posted
    The document outlines a combined synopsis/solicitation (RFQ number 140R2025Q0029) from the Bureau of Reclamation for the procurement of ¾ inch Class 2 Aggregate base rock required for maintaining the East Side Road at Lake Berryessa. The contract aims to secure 900 tons of aggregate rock and entails delivery specifications from May 15, 2025, to May 14, 2030, with options for four additional years. The solicitation is a 100% small business set-aside, encouraging participation from small and disadvantaged businesses. It encompasses strict compliance requirements, including necessary vendor registrations and adherence to specific clauses from the Federal Acquisition Regulation regarding electronic invoicing and payment management. Vendors must submit their quotations by 3:00 PM PST on April 24, 2025, which will be evaluated primarily on price and delivery capabilities. The document reflects government emphasis on fiscal responsibility, ecological considerations, and security protocols, ensuring the selected provider can meet the outlined service standards and contractual obligations throughout the performance period.
    Lifecycle
    Title
    Type
    Similar Opportunities
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    Supply and Delivery of Campsite and Impact Site Rock
    Dept Of Defense
    The U.S. Army Corps of Engineers, Savannah District, is seeking qualified contractors for the supply and delivery of campsite and impact site rock, specifically approximately 3,374 tons of Crush and Run Rock and 3,374 tons of 132 Screenings. These materials are essential for soil stability and will be used as a base layer topping for campsites at the J. Strom Thurmond Dam and Lake in Appling, Georgia, with delivery scheduled between February 20 and March 1, 2026. Interested firms must ensure that the materials are clean and free of contaminants, comply with safety and environmental regulations, and coordinate deliveries with the Contracting Officer’s Representative. Responses to this Sources Sought Notice are due by December 29, 2025, and should be submitted electronically to Stephanie Brasier at Stephanie.brasier@usace.army.mil, with a copy to Paul R. Gaeth at paul.r.gaeth@usace.army.mil.
    W91237-26-Q-A004 Clendening Dam Rip Rap Supply
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the supply and delivery of 2,200 tons of ODOT Type D Limestone Rip Rap to Clendening Dam in Tippecanoe, Ohio. This contract is set aside for Women-Owned Small Businesses (WOSB) and requires adherence to Ohio Department of Transportation specifications, with a delivery schedule spanning from December 31, 2025, to January 31, 2026, allowing for a maximum of 1,000 tons to be delivered per day. The limestone rip rap is crucial for erosion control and structural integrity at the dam site. Interested vendors should reach out to Carrie McClung at carrie.e.mcclung@usace.army.mil or call 304-399-5291 for further details, and must review the solicitation documents available through the PIEE system for complete instructions and requirements.
    Navajo Nation Erosion Control
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is seeking to procure gravel for erosion control on the Navajo Reservation in Chinle, Arizona. The primary objective of this procurement is to purchase and haul gravel to the specified location to address erosion issues affecting the area. This initiative is part of a broader effort to provide direct aid to tribal governments, emphasizing the importance of maintaining and improving infrastructure within tribal lands. Interested vendors can reach out to Steven Warren at ernest.s.warren@usace.army.mil or by phone at 916-557-7277 for further details regarding this opportunity.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Stone and Soil MBPA on Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to establish a Blanket Purchase Agreement (BPA) for stone and soil materials under NAICS code 212312: Crushed and Broken Limestone Mining and Quarrying. The BPA will require suppliers to provide various products, including light and medium stone fill, subbase materials, washed stone, dry rip wrap, railroad ballast, screened topsoil, and pea stone, which are essential for maintaining roads, culverts, parking lots, and grass areas within the Fort Drum cantonment. Interested parties must be registered with the System for Award Management (SAM) and submit their Unique Entity Identifier (UEID) and CAGE Code to the primary contact, Kayla Rogers, at kayla.m.rogers14.civ@army.mil, with a courtesy copy to additional contacts provided in the notice. The BPA will be evaluated annually and may remain in place for up to five years, with considerations for price, socio-economic status, past performance, and technical capabilities.
    Z--OTWSC Stream Gage Site Construction and Maintenance IDIQ
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the Z--OTWSC Stream Gage Site Construction and Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing essential construction and maintenance services at stream gage sites in Texas. The contract will encompass a range of tasks including alteration, renovation, removal, remediation, and construction services, requiring contractors to supply all necessary materials, labor, equipment, and supervision while adhering to local, state, and federal regulations. This opportunity is particularly significant for small businesses, including those classified as Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB, as the government aims to ensure adequate competition among responsible contractors. Interested firms must submit their responses by December 23, 2025, at 5 PM CT, to Kimberly Schneider at krschneider@usgs.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI).
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.