WY WGF GRAVEL FOR SAND MESA
ID: 140R6025Q0029Type: Solicitation
AwardedJun 16, 2025
$23.8K$23,776
Awardee2 M CONSTRUCTION, INC. 1714 N SMITH RD Riverton WY 82501 USA
Award #:140R6025P0034
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, 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 Department of the Interior, specifically the Bureau of Reclamation, is soliciting quotes for the procurement of 1,486 tons of grading W road base gravel, composed of 1" minus fractured rock mixed with dirt and sand, for the Sand Mesa Road project in Wyoming. This opportunity is set aside for small businesses, with a firm-fixed price contract aimed at ensuring compliance with federal regulations and promoting participation from diverse contractors. The gravel is essential for road construction and maintenance, contributing to infrastructure development in the region. Interested parties must submit their quotes by May 1, 2025, with delivery expected between May and July 2025; for further inquiries, contact Chris Zook at czook@usbr.gov.

    Point(s) of Contact
    Zook, Chris
    czook@usbr.gov
    Files
    Title
    Posted
    The document serves as an amendment to a solicitation for gravel procurement by the Bureau of Reclamation for the WY WGF Gravel for Sand Mesa Road project. It specifies that contractors must acknowledge receipt of the amendment to ensure their offers are considered and outlines essential details regarding the subsequent procurement process. Key modifications include changes to delivery information, stating that pickup is required within 25 miles of Riverton, Wyoming, during specified business hours. The contractor must provide 1,486 tons of grading W road base gravel made of 1” minus fractured rock combined with dirt and sand. The amendment also contains responses to industry questions, clarifying pickup terms and submission requirements. The contract stipulates firm-fixed pricing and mandates that all quotations remain valid for a minimum of 90 days. It includes comprehensive terms and clauses in accordance with federal standards, emphasizing security, electronic invoicing, and subcontractor compliance. The amendment’s structure provides clear guidance for contractors on submission protocols, delivery logistics, and compliance requirements, reflecting the government's commitment to transparency and adherence to procurement regulations.
    The document is an amendment to the solicitation for a Request for Quote (RFQ) regarding the supply of gravel for the Bureau of Reclamation's Sand Mesa Road project in Wyoming. The amendment updates the pick-up information, extending the range to 30 miles from Riverton, WY, and includes responses to industry questions, indicating 30 miles is the maximum distance considered. The RFQ covers the provision of 1,486 tons of grading W road base, which consists of fractured rock mixed with dirt and sand, under a firm-fixed price contract. Respondents must provide valid quotes for a minimum of 90 days, with specific requirements for delivery, pricing, and invoicing. The document also emphasizes compliance with numerous federal regulations concerning contracting, payment processes, and contractor responsibilities related to security, insurance, and liability. The overall aim is to ensure businesses, particularly small businesses, can effectively participate in the procurement process while adhering to statutory requirements. This amendment underscores the government's commitment to transparency and adaptability in public contracting processes, reflecting the priorities of federal grant management and local economic engagement.
    The Bureau of Reclamation is soliciting quotes under Request for Quote No. 140R6025Q0029 for the procurement of 1,486 tons of grading W road base, consisting of 1” minus fractured rock combined with dirt and sand for Sand Mesa Road in Wyoming. This contract is a firm-fixed price, set aside for small businesses, with the period of performance scheduled from May 28, 2025, to July 31, 2025. Contractors must ensure that quotations are valid for at least 90 days and submitted electronically to the designated Contract Specialist, Chris Zook. The solicitation includes details about pickup requirements from a location within 30 miles of Riverton, Wyoming, with specific instructions on loading, scheduling, and employee qualifications who will interact with government facilities. It also stipulates compliance with numerous federal acquisition regulations, including clauses related to payment procedures, contract terms, and the requirement to maintain a secure information system to protect sensitive data. These provisions emphasize the government’s commitment to ensuring safe and efficient procurement while adhering to federal regulations in the contracting process. The document underscores the strategic goals of fostering small business participation and ensuring accountability and quality in government contracts.
    The Bureau of Reclamation issued Request for Quote No. 140R6025Q0029_0004 for the procurement of 1,486 tons of grading W road base, consisting of 1” minus fractured rock combined with dirt and sand for Sand Mesa Road in Wyoming. This RFQ allows for updated pricing submissions in response to revised evaluation criteria until June 5, 2025. Key details include the requirement for bidders to provide quotations valid for 90 days, the contract type as firm-fixed price, and stipulations for pick-up of materials within 30 miles of Riverton, WY. Additionally, the supplier must handle loading into government vehicles and comply with various clauses regarding taxes, liability, and information security. The document emphasizes federal guidelines for securing sensitive information and specifies requirements for contractor employee identification and conduct on government premises. This RFQ reflects the government’s structured approach to procurement, ensuring transparency and compliance with federal regulations, and facilitating participation from small businesses in the contracting process.
    The government document outlines an amendment to a solicitation identified as 140R6025Q0029 issued by the Bureau of Reclamation’s Missouri Basin Regional Office. This amendment includes modifications to the original procurement details, specifying that offers must acknowledge receipt of the amendment by certain methods, such as submitting copies or through electronic communication prior to the specified deadline. The amendment clarifies that the changes, particularly regarding the pick-up information and responses to industry inquiries, are highlighted within the revised solicitation pages. Contractors are reminded to sign and return the necessary forms along with their quotations, which remain due at the original date and time. Overall, the document serves to ensure compliance and clarity for contractors engaged in the bidding process, reflecting the procedural standards of federal solicitations and modifications.
    The document is an amendment to a solicitation concerning a contract with the Bureau of Reclamation, issued by the Missouri Basin Regional Office. Its primary aim is to revise pick-up information and respond to industry inquiries. Recipients of this amendment must acknowledge receipt to prevent their offers from being rejected. The amendment includes provisions for modifying existing offers or contracts, with specific instructions on submission via letters or electronic communication. Additionally, the amendment outlines that the quotation submission deadline remains unchanged. Key changes are noted in the solicitation's margin, ensuring clarity in modifications. The document maintains that all other terms and conditions of the original solicitation remain intact. The contracting officer, Natalie Oslund, will oversee the process, emphasizing the importance of compliance with the amended details for prospective contractors.
    This document is an amendment to solicitation number 140R6025Q0029, issued by the Bureau of Reclamation for a project involving grading with road base materials. The amendment invokes changes in the solicitation process, specifically removing trade-off language in the evaluation criteria, which will now follow a Lowest Price Technically Acceptable approach. Offers must acknowledge receipt of this amendment by June 5, 2025, at 1:00 PM MDT to avoid rejection. The specified service involves providing 1,486 tons of grading materials composed of 1" minus fractured rock combined with dirt and sand, with a performance period from May 28, 2025, to July 31, 2025. All other terms and conditions remain unchanged as stated. The document concludes with spaces for signatures from both the contractor and the contracting officer, ensuring that formal acceptance and acknowledgment are recorded. This amendment underlines the commitment to transparency and proper channels in federal contracting.
    This document is an amendment to a solicitation issued by the Bureau of Reclamation, detailing requirements for contractors to acknowledge receipt of the amendment. It emphasizes the importance of acknowledging the amendment by specific means (such as completing documents or sending electronic communication) to avoid potential rejection of offers. The amendment includes provisions for modifying existing contracts and specifies administrative changes as necessary. The primary motivation behind this amendment is to address industry inquiries, ensuring clarity and transparency in the solicitation process. Additionally, contractors must submit their acknowledgment by June 5, 2025, at 1:00 PM MD to remain compliant. This amendment underscores the federal government's procedural requirements regarding contract modifications, encouraging adherence to stipulated deadlines for communication. Overall, it reflects the structured approach of government operations related to requests for proposals and contract management.
    This government document outlines a Request for Proposal (RFP) for the procurement of mineral construction materials, specifically a road base comprising 1" minus fractured rock mixed with dirt and sand, totaling 1,486 tons for the Sand Mesa Road project. The RFP is administered by the Bureau of Reclamation, specifically the Wyoming Area Office, and the due date for offers is set for 04/16/2025, with delivery expected by 07/31/2025. The contract encourages participation from small businesses, including those owned by service-disabled veterans, women, and economically disadvantaged individuals. It includes stipulations regarding payment terms, service categories, and regulatory compliance, specifically referencing federal acquisition regulations. The contractor's responsibilities encompass delivery at FOB destination locations in Billings, MT, with substantial emphasis on adhering to specified terms and conditions. Overall, this document is part of federal solicitation processes aimed at acquiring necessary materials for government projects while promoting inclusivity among diverse business owners.
    The document is a Request for Quote (RFQ) from the Bureau of Reclamation for the procurement of 1,486 tons of grading W road base, specifically made up of 1" minus fractured rock combined with dirt and sand, intended for Sand Mesa Road in Wyoming. The solicitation is open to all small businesses, with a deadline for proposals by May 1, 2025. Delivery is expected between May and July 2025, with the pickup location within 25 miles of Riverton, WY. The document outlines mandatory requirements for bidders, including the submission of a price schedule, company details, and specification sheets to validate compliance with procurement standards. Invoicing will be conducted through an electronic platform, and various federal regulations and clauses will govern the contract terms, emphasizing contractor liability as well as security and safety protocols. The RFQ aims to attract qualified small business contractors to ensure the project's completion while adhering to government procurement standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Rock (Gravel and Ditch Liner)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply road rock (gravel) and ditch liner for delivery to designated training areas at Fort Riley, Kansas. The procurement aims to fulfill specific material requirements as outlined in the solicitation documents, ensuring that the training areas are adequately equipped for operational readiness. The materials are critical for maintaining infrastructure and supporting military training activities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Shawn Stratton at shawn.c.stratton.civ@army.mil or by phone at 785-307-6851.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    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.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    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).
    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.
    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.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.