56--Roseburg District Culverts, Douglas County, OR
ID: 140L4325Q0038Type: Presolicitation
AwardedApr 15, 2025
$93K$93,041
AwardeeGOVCREST INC 2221 HOUMA BLVD APT 229 Metairie LA 70001 USA
Award #:140L4325P0058
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
    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
    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.
    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.
    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.
    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.
    Similar Opportunities
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    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.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    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.
    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).
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.