56--Roseburg District Culverts, Douglas County, OR
ID: 140L4325Q0038Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Rolled Steel Shape Manufacturing (331221)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Bureau of Land Management, under the Department of the Interior, is soliciting proposals for the supply of aluminized corrugated steel pipes (CSP) for the Roseburg District in Douglas County, Oregon. The procurement aims to provide essential construction materials, specifically various sizes of CSP and corresponding bands, to support local infrastructure maintenance, with a delivery deadline set for May 5, 2025. This initiative is crucial for enhancing environmental resources and ensuring compliance with federal regulations, including adherence to AASHTO standards. Interested vendors should direct inquiries to Rachel Jones at rmjones@blm.gov or call 503-808-6068, with the proposal submission deadline extended to April 7, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 10:08 PM UTC
The file outlines Amendment 001 for Solicitation 140L4325Q0038, which pertains to a procurement process for the supply of aluminized corrugated steel pipe (CSP) to the Roseburg District in Oregon. This amendment addresses questions and discrepancies regarding the materials list and clarifies that line item 0014 should refer to 36” aluminized CSP bands instead of 48”. The solicitation includes a detailed breakdown of required items, quantities, and pricing for various sizes of aluminized CSP and corresponding bands. The total price and specific delivery instructions, including a three-day advance notice before shipment to the designated maintenance shop in Sutherlin, are also mentioned. The delivery date is stipulated to be on or before May 5, 2025. This document aligns with government procurement practices, emphasizing compliance with the Federal Acquisition Regulation (FAR) guidelines and ensuring thorough communication among contractors and the Bureau of Land Management’s contracting offices.
Apr 3, 2025, 10:08 PM UTC
The government document pertains to the Roseburg District Culverts Supply project, detailed under Solicitation No. 140L4325Q0038. It outlines the amendment of the solicitation, extending the offer response deadline to April 7, 2025, while specifying that subsequent changes to offers must be acknowledged appropriately. The description of the required supplies includes various sizes of aluminized corrugated steel pipes (CSP) and bands, with delivery directed to the Roseburg BLM Sutherlin Maintenance Shop by May 5, 2025. The document addresses questions received during the Request for Information (RFI) process, notably correcting discrepancies in material descriptions. It emphasizes compliance with federal procurement guidelines, including past performance reporting through CPARS, invoicing via the Invoice Processing Platform (IPP), and specific clauses on safeguarding contractor information systems and ensuring equal employment opportunities. Additionally, special contract requirements and a detailed statement of work outline the deliverables, inspection provisions, and necessary compliance with federal laws and regulations. The contract aims to supply essential infrastructure components to support governmental objectives in maintaining and enhancing local environmental resources.
Apr 3, 2025, 10:08 PM UTC
The document pertains to the amendment of solicitation number 140L4325Q0038 issued by the Bureau of Land Management for the supply of aluminized corrugated steel pipe (CSP) culverts in Douglas County, Oregon. The amendment addresses questions received regarding discrepancies in material specifications and clarifies the expected quantities. Key changes include correcting a line item descriptor from 48" to 36" for certain bands and ensuring that total specified lengths match the required units. The period of performance for delivery of the materials is set from April 11, 2025, to June 5, 2025, with a final delivery date no later than May 5, 2025, to the designated maintenance shop in Sutherlin, OR. The document emphasizes compliance with AASHTO standards for the aluminum-coated CSP and mandates a three-day notice prior to delivery. This amendment aims to ensure clarity and precision in the procurement process, fostering competition among suppliers and adherence to regulations, characteristic of federal contracting practices.
Apr 3, 2025, 10:08 PM UTC
The document outlines a Request for Proposal (RFP) for a Firm Fixed Price Commercial Supply Contract concerning the procurement of culverts for the Roseburg District in Douglas County, Oregon. The solicitation requires delivery of various sizes of aluminized corrugated steel pipes (CSP) to the Sutherlin Maintenance Shop by May 5, 2025. Key elements include a detailed list of required items with quantities, specifications, and delivery terms, emphasizing the need to provide three days' notice before delivery. The document also stipulates compliance with federal regulations and guidelines, including contracts administered under the Defense Priorities and Allocations System. It includes requirements for invoice submission through the Invoice Processing Platform and delineates the obligations concerning past performance evaluations. The overarching purpose is to solicit bids for providing essential construction materials while ensuring adherence to federal contracting standards and efficient delivery timelines. This initiative reflects the government's commitment to maintaining infrastructure in accordance with existing legal and logistical frameworks.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
BCLH Stewardship IRSC Phase 3
Buyer not available
The U.S. Department of Agriculture, Forest Service is soliciting proposals for the BCLH Stewardship IRSC Phase 3 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead Fires in Marion County, Oregon. The project involves cutting and removing fire-killed timber, managing hazard trees, and performing essential road maintenance and reconstruction tasks to restore access to critical routes while promoting environmental stewardship. This initiative is crucial for enhancing forest health and ensuring safe access to recreational areas, with a contract period extending from March 12, 2025, to October 15, 2029. Interested contractors must submit their proposals, including a bid guarantee, by the specified deadlines, and can contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further information.
BCLH Stewardship IRSC Phase 2
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
B--NWOD WATER AND WASTEWATER
Buyer not available
The Department of the Interior's Bureau of Land Management (BLM) is seeking proposals for a firm-fixed-price contract related to water testing and wastewater treatment services at the Shotgun Creek Recreation Site in Oregon. The procurement aims to ensure the operation and maintenance of a small sewage treatment facility that utilizes recycled water for irrigation, alongside comprehensive potable water testing at 16 designated locations in Northwest Oregon. This initiative is critical for maintaining environmental standards and public health safety, as it involves compliance with state regulations and the implementation of a Recycled Water Use Plan that emphasizes sustainable waste management practices. Interested parties can contact Kevin Cochran at kjcochran@blm.gov or (503) 808-6739 for further details, with proposals due in accordance with the specified solicitation timeline.
56--Producing aggregate in Mt Ruben quarry, Medford OR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotations from small businesses for the production of aggregate at the Mt. Ruben quarry in Medford, Oregon. The project, identified as Request For Quotation (RFP) No. 140L4325Q0039, involves mobilization, site clearing, and the production of approximately 9,500 cubic yards of crushed aggregate from previously shot rock, with a strong emphasis on adhering to environmental and safety regulations, particularly concerning local wildlife habitats. This initiative not only supports necessary operational tasks on federal land but also underscores the government's commitment to engaging local small businesses in environmentally responsible practices. Interested contractors should contact Benjamin Becker at babecker@blm.gov or call 503-808-6545, with the performance period set from July 15, 2025, to October 31, 2025.
Sandstone Fire Culvert Replacements
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for the replacement of culverts damaged during the Sandstone Fire in Oregon. This project involves the replacement of two culverts on different roads, including tasks such as soil and erosion control, removal of existing culverts, excavation, and installation of new culverts along with splash pads. The work is critical for maintaining the integrity of the roads and ensuring safe passage in the Mt Hood National Forest, Clackamas River Ranger District. The estimated contract value ranges from $25,000 to $100,000, and interested parties should contact Eric Oldenkamp at eric.oldenkamp@usda.gov for further information, noting that this is a presolicitation notice and not a request for quotes.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
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 various National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for hazardous fuels and restoration projects, including timber removal and road maintenance, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forest management practices while supporting local economies through the effective utilization of timber resources. Interested contractors must submit their proposals, including technical and pricing documents, to Ingrid Anderson and Nikki Layton via email by February 29, 2028, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP Douglas 251(1) project, which focuses on access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails significant construction work over a 1.3-mile access route, including earthwork, aggregate installation, drainage enhancements, precast concrete block wall construction, and guardrail installation, all while adhering to environmental protection measures. This initiative is crucial for improving public access and safety in a popular recreational area, with an estimated contract value between $2 million and $5 million and a tentative completion date set for November 2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
LE PATROL VEHICLE: FORD F150 OUTFITTING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the outfitting of a 2024 Ford F-150 law enforcement vehicle for the Northwest Oregon District. The contract, structured as a Firm Fixed Price, requires the contractor to provide management, supervision, labor, and materials necessary to equip the vehicle with law enforcement tools, including radios, external lighting, winches, and appropriate markings. This procurement is crucial for enhancing law enforcement capabilities while ensuring compliance with federal, state, and local regulations, including safety and environmental standards. Interested vendors should contact Carrie Mahlmeister at cmahlmeister@blm.gov for further details, with the performance period set from May 1, 2025, to December 31, 2025.