1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
ID: 1240BE25Q0089Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEDESCHUTES NATIONAL FORESTBEND, OR, 97701, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)
Timeline
    Description

    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).

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Forest Service intends to award a single-source contract to Knife River, Inc. for 8,250 tons of Commercial Grade (Reject) Aggregate. This Request for Quotation (RFQ) is open to all responsible sources, who may submit offers to determine if a competition is necessary. The primary reason for the intended single-source award is the vendor’s geographic coverage and capacity to supply aggregate from active pit locations within or adjacent to Clackamas, Linn, Benton, and Deschutes Counties in Central Oregon. Quotes are due by September 22, 2025, at 2 PM PST, via email to Karen Weaver. The period of performance for aggregate pickup is from February 1, 2026, to November 30, 2026, on an as-needed basis. Evaluation factors include geographical coverage and price. Offerors must have an active SAM registration and submit a price quote along with required representations and certifications, particularly regarding telecommunications equipment and services.
    The Deschutes and Ochoco National Forest Road Crew Aggregate Supply Contract outlines the requirements for furnishing commercial-grade (reject) aggregate. This project involves supplying material on an as-needed basis from February to November, with Forest Service trucks picking up aggregate from the supplier's location in Central Oregon. The contract specifies that payment will be based on the number of tons furnished and loaded into hauling vehicles, as measured by vehicle weight tickets. Key specifications include a requirement for no less than 16% passing the #200 Sieve for the aggregate composition. The contractor must coordinate supply with the Contracting Officer’s Representative and is responsible for ensuring compliance with all project conditions and specifications. Submittal procedures require gradation sheets for the aggregate, and measurement and payment are detailed in specific sections, emphasizing that all other work is considered incidental.
    Lifecycle
    Similar Opportunities
    Deschutes NF - West Bend Rock Road Closure
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    BFR 2025 NPL PCT, Buck, & Grapple Pile - Flat III Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a Notice of Intent for a Blanket Purchase Agreement (BPA) Call to acquire services for precommercial thinning, bucking, and grapple piling in Bend, Oregon. This procurement aims to treat a total of 1,137 acres, consisting of 509 mandatory acres and 628 optional acres, focusing on recently harvested and natural stands. The services are critical for managing forest health and reducing fire hazards by effectively treating created fuels through specified forestry activities. Interested small businesses must submit their offers by December 10, 2025, at 4:30 PM PT, with the estimated period of performance extending through November 30, 2026. For further details, potential bidders can contact Andrea Pollock at andrea.pollock@usda.gov.
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Malheur National Forest, is seeking qualified vendors to provide cattleguards and components for disaster recovery efforts in the Rail Ridge Fire Area. The procurement involves the purchase of four complete cattleguard assemblies and three additional base assemblies, all of which must meet specific engineering standards, including HS-20 load ratings and construction from painted yellow metal. This initiative is critical for restoring access and ensuring the safety of local roadways following the fire incident. Interested parties must submit their quotes by December 10, 2025, at 4:30 PM PT, and acknowledge all amendments to the solicitation, with the delivery of goods expected by February 10, 2026. For further inquiries, vendors can contact Andrea J. Pollock at andrea.pollock@usda.gov.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. The project involves grinding, paving, and striping approximately 1.02 miles of roadway, along with additional tasks such as soil erosion control, asphalt concrete placement, and installation of traffic control measures. This initiative is crucial for enhancing road safety and infrastructure in the Deschutes National Forest area. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date in Fall 2025 and a completion date expected by Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    37--OR-FWS SHELDON-HART-GRADER PUSH BLADE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations from small businesses for a firm-fixed-price contract to procure a front-mounted push blade for a John Deere 672G Motor Grader. The key specifications for the push blade include a width of 8-10 feet, a 4-pin mount, and hydraulic movement, with delivery required at the Sheldon-Hart Mountain National Wildlife Refuge Complex in Lakeview, Oregon, where no loading dock is available. This procurement is essential for maintaining the operational efficiency of the refuge's equipment. Quotes are due by December 5, 2025, at 1:00 PM Eastern Time, and interested offerors must be registered with SAM.gov. For further inquiries, contact Marshall Richard at marshallrichard@fws.gov.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    White Mountain National Forest - Wood Pellets
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting bids for the delivery of premium grade hardwood pellets to the White Mountain National Forest Administration Complex in Campton, New Hampshire. The procurement requires the bulk delivery of 110 tons of wood pellets annually, with orders placed as needed and a minimum delivery of 15 tons per order, all to be completed within seven days of order receipt. These pellets are essential for heating purposes and must meet specific Pellet Fuels Institute Premium Grade Standards regarding bulk density, diameter, length, fines, chlorides, ash content, and moisture content. Interested vendors must submit their proposals, including technical and price components, by September 29, 2025, at 9:00 AM EDT via email to Joseph Foster at joseph.foster@usda.gov, with the contract awarded to the lowest priced technically acceptable offeror.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District of the Siuslaw National Forest in Oregon. The contract, set aside for small businesses, encompasses a base year from January 1, 2026, to December 31, 2026, with two additional option years, primarily requiring services from April to October. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, ensuring compliance with all associated fees at a commercial treatment facility off National Forest Lands. Proposals must be submitted by December 15, 2025, at 1500 PT, and will be evaluated based on technical capability, past performance, and price. Interested parties can contact Jared D. Machgan at jared.machgan@usda.gov for further information.
    Type A base course, 3,500,000 lbs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of 3,500,000 lbs of Type A base course material. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, indicating a focus on supporting small businesses in the construction sand and gravel mining industry. The Type A base course is crucial for various construction and infrastructure projects, ensuring the stability and durability of surfaces. Interested vendors should contact Mike Fabry at mike.j.fabry.civ@army.mil or call 918-420-6580 for further details regarding the solicitation process.