CONCRETE SUPPLY SANTA CRUZ LAKE
ID: 140L4024Q0051Type: 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

TILE, BRICK AND BLOCK (5620)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking a contractor to supply and deliver ready-mix concrete for reconstruction efforts at the Santa Cruz Lake Recreation Area in New Mexico. The project requires the delivery of up to 700 cubic yards of concrete, adhering to specific technical specifications, including a minimum compressive strength of 3,000 psi and no fly ash content, with compliance to OSHA safety standards. This procurement is part of the federal government's initiative to maintain infrastructure at recreational sites, emphasizing the importance of quality and regulatory compliance throughout the project duration. Interested small businesses must submit their offers by September 3, 2024, and can contact Ronald Shumate at rshumate@blm.gov for further inquiries.

    Point(s) of Contact
    Shumate, Ronald
    rshumate@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) in Taos, New Mexico, seeks a contractor to supply and deliver ready-mix concrete for the reconstruction at the Santa Cruz Lake Recreation Area. Delivery must adhere to specified routing instructions, and vehicles longer than 30 feet are prohibited on certain roads. Deliveries will occur during business hours, with a project timeframe starting around September 16, 2024, and extending through November 2025. The contractor is responsible for complying with OSHA safety standards and is expected to provide concrete that meets specific technical specifications, including a minimum of 3,000 psi and no fly ash content. Invoicing will reflect only actual quantities delivered, with a projected total of up to 700 cubic yards. BLM will oversee off-loading operations and has the right to test delivered concrete. It is crucial for contractors to coordinate closely with designated BLM representatives for scheduling and invoicing processes. This RFP emphasizes the importance of regulatory compliance, safety, and quality standards throughout the project duration, highlighting the federal government's commitment to maintaining infrastructure at recreational sites.
    The document provides navigational information for accessing the Santa Cruz Lake Recreation Site, located in New Mexico. It includes directions from Santa Fe and Espanola via major highways and state roads, specifically detailing a route through scenic areas. Key coordinates are provided for precise location identification (35° 58' 50.49733540" N, 105° 54' 53.11778028" W). The Bureau of Land Management (BLM) notes that the spatial data provided is not guaranteed for accuracy or reliability and may be subject to change without notice. The absence of entrance signage at the site is highlighted, indicating a potential consideration for future updates. This document supports planning for recreation and engagement with natural sites, aligning with the aims of governmental initiatives in promoting public access to outdoor recreational areas.
    The document outlines a Request for Quote (RFQ) 140L4024Q0051 issued by the Bureau of Land Management (BLM) for ready concrete requirements at the Taos Field Office, Santa Cruz Recreational Area, New Mexico. This solicitation follows streamlined procedures per FAR Subpart 12.6 and is 100% set aside for small business concerns classified under NAICS code 327320. Interested small businesses are invited to submit offers, with all inquiries due by September 3, 2024. The BLM will evaluate submissions based on the Lowest Price Technically Acceptable (LPTA) method, focusing on meeting specified technical standards. The estimated contract performance period is from September 16, 2024, to November 30, 2025, contingent on funding availability. Vendors must be registered in the System for Award Management (SAM) and comply with several FAR clauses and commercial provisions. This RFQ exemplifies government efforts to engage small businesses in public procurement while emphasizing compliance and competitive pricing.
    The document outlines a Request for Proposals (RFP) for a firm fixed-price contract for Ready Mix Concrete services. The Bureau of Land Management (BLM) estimates a maximum of 700 cubic yards (CY) of concrete for the contract period, although this figure is not a guaranteed minimum order. Vendors are instructed that the pricing must include delivery and all applicable taxes, with invoices issued for the actual amounts ordered and delivered. The contract specifically requires concrete delivery following detailed specifications. Pricing must be stated per cubic yard. The document indicates that funding is set aside for drawdown purposes associated with each order, delivery, and invoice, highlighting the structured financial framework underpinning the contract. This RFP serves to procure necessary materials efficiently while ensuring clarity on pricing and estimated quantities.
    This document serves as an amendment to solicitation number 140L4024Q0051, officially announcing its cancellation due to the requirement no longer being necessary. It outlines the procedures contractors must follow for acknowledging receipt of the amendment and making changes to their offers if previously submitted. Importantly, it indicates that no quotes will be accepted in relation to this solicitation. The amendment emphasizes that contractors need to document any acknowledgment of the amendment accurately to avoid rejection of their offers. This situation reflects typical government practices regarding Request for Proposals (RFPs) and the necessary adjustments in the solicitation process, underscoring the structured nature of federal procurement procedures. Overall, the document highlights the importance of compliance with formal channels in government contracting and reflects administrative requirements that vendors must navigate in their submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    Y--TITSWORTH DITCH GABION BASKET WEIR
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Land Management, is soliciting bids for the construction of a gabion basket weir at the Titsworth Ditch diversion structure in Lincoln County, New Mexico. The project involves building a gabion wall approximately 3 feet thick, 7 feet high, and 40 feet wide to effectively manage water flow for irrigation purposes. This initiative is crucial for enhancing local irrigation infrastructure and ensuring sustainable water resource management in the area. Interested contractors must submit their proposals by 9:00 AM Mountain Time on September 19, 2024, with an estimated project budget between $25,000 and $100,000. For further inquiries, contact Ronald Shumate at rshumate@blm.gov.
    Z--Medicine Creek Dam Concrete Repair of damaged spil
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Medicine Creek Dam Concrete Repair and Access Improvement project located in Cambridge, Nebraska. This project aims to repair concrete damage in the spillway chute and outlet works, construct a new access road, and enhance the structural integrity of the dam, with an estimated contract value between $5 million and $10 million. The initiative is crucial for maintaining flood control structures, ensuring public safety, and supporting environmental stability. Interested small businesses must submit their proposals by September 20, 2024, and can contact Kent Munro at KMunro@usbr.gov or 801-721-3918 for further information.
    Blue Lakes Trailhead Reconstruction
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Blue Lakes Trailhead located in the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project aims to enhance accessibility and safety by reconditioning the parking area, replacing old restroom facilities with new vault toilets, and implementing erosion and sediment control measures. This initiative is crucial for improving public infrastructure and promoting sustainable outdoor recreation while ensuring compliance with environmental standards. Interested contractors should contact Brenda Simmons at brenda.simmons@usda.gov, with a project budget estimated between $250,000 and $500,000, and a completion timeline of 210 days following the notice to proceed.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    Concrete Repairs of Blackwater Dam in Webster, New Hampshire
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for concrete repairs at Blackwater Dam in Webster, New Hampshire. The project involves extensive repairs to the dam's inlet nosing and non-overflow sections, including the removal of deteriorated materials and the application of new polymer concrete patches, with in-water work scheduled for the summer of 2025. This opportunity is crucial for maintaining the structural integrity of the dam, which has been in operation since 1941 and requires updates due to erosion and spalling issues. The estimated contract value is between $500,000 and $1 million, with the solicitation expected to be issued in December 2024; interested parties should direct inquiries to Tyler Maryak at tyler.s.maryak@usace.army.mil.
    Concrete Pad at Fresno 1106th AVCRAD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the construction of a concrete pad at the Fresno AVCRAD facility located at 5168 East Dakota Avenue, California. The project involves the installation of approximately 5,460 square feet of 3000 psi Portland Cement Concrete over a 5-inch aggregate base, with a performance period of 270 calendar days from the notice to proceed. This initiative is crucial for enhancing military infrastructure and operational efficiency, reflecting the government's commitment to supporting small businesses through a Total Small Business Set-Aside. Interested contractors must submit their quotes via email by the specified deadline, with an estimated project cost ranging between $100,000 and $250,000. For further inquiries, contact Jackson Woods at jackson.c.woods.civ@army.mil or Paul Ochs at paul.n.ochs.mil@army.mil.
    Y--Extend Public Launch Ramp at Hemenway Harbor - 332529, Lake Mead National Recre
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the construction of an extension to the public launch ramp at Hemenway Harbor in the Lake Mead National Recreation Area, Nevada. The project involves the in-water construction of approximately 1,100 linear feet of launch ramp, utilizing precast concrete panels, and requires significant excavation of soft sediment while maintaining partial operational capacity during a projected 730-day construction period. This initiative is part of the government's commitment to enhancing recreational facilities and is specifically designated for Indian Small Business Economic Enterprises (ISBEE), with an estimated project cost exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and possess a DUNS number, with the solicitation expected to be issued on or after September 26, 2024; for further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    628 CES ATSO (Ability To Survive and Operate) Yard Combined Synopsis and Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of construction materials at Joint Base Charleston, South Carolina, under the combined synopsis and solicitation RFQ FA441824Q0088. The requirement includes specific quantities of materials such as 92 cubic yards of 4000 psi concrete, 500 cubic yards of graded aggregate base course, and various other supplies essential for supporting the Air Mobility Command's training structures. These materials will facilitate the construction of medium and small-sized structures used for Ready Airman Training (RAT), which is critical for preparing personnel for deployment. Interested small businesses must submit their electronic offers by 2:00 PM ET on September 17, 2024, and can direct inquiries to Lt Aaryn Scires or Morgan Thulin at the provided contact information.