23--Material Hauling Services - Roseburg Oregon Distri
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Land Management (BLM), Oregon State Office, is soliciting proposals for Material Hauling Services in the Roseburg, Oregon District. This is a Total Small Business Set-Aside for a Firm Fixed-Price Commercial Services Contract to support slide material removal and aggregate hauling. Proposals are due by April 10, 2026, at 21:00 UTC.
Scope of Work
The contractor will provide a minimum of three (3) dump trucks with qualified drivers, each with approximately 10 cubic yards capacity. Services include hauling slide material (soil, rock, organic debris, contaminated surfacing) from forest roads and aggregate from commercial rock quarries. Removed material must be transported to government-designated waste disposal sites. The government (BLM) will be responsible for loading the hauling vehicles.
Contract Details
- Contract Type: Firm Fixed-Price Commercial Services
- Period of Performance: May 1, 2026, through June 30, 2026
- Estimated Quantity: 1100 Hours
- Payment Basis: Hourly, not per-trip or per-load.
- Work Schedule: Monday-Thursday, 10-hour days, with potential occasional Friday work coordinated with the contractor.
Key Requirements & Clarifications
- Truck Specifications: Trucks must be road-legal, equipped with a hydraulically operated dump bed, and suitable for unimproved roads.
- Maneuverability: 53-foot end dump trailers are not suitable due to road conditions requiring backing for approximately 1.5 miles at excavation sites.
- Estimated Daily Trips: The government estimates a need for trucks capable of approximately 30 round trips per day.
- Hauling Routes: Estimated round trip distances are ~2 miles for Shively Creek and ~2-4 miles for Miller Creek.
- Locations: Specific Latitude and Longitude coordinates are provided for Shively Creek (Waste Area/Staging, Slide Area) and Miller Creek (Rock Creek Yard/Staging, Miller Creek 1.0 Slide, Miller Creek 3.5 Slide, Waste Area). Vicinity maps for both Shively Creek Slide Repair and Miller Creek Repair projects are included.
Submission & Evaluation
- Proposal Structure: Quotations must be submitted in two parts: a non-price section and a price section.
- Evaluation Factors: The non-price section will be evaluated on "Relevant Experience" (more important than price) and "Local Market Knowledge." The price section requires a completed Standard Form 1449 and a price schedule.
- Required Documents: SF-1444, Quality Control Plan, and Work Progress Plan. No additional certifications or local Oregon permits are required beyond what is specified.
- Inquiries: Requests for Information must be submitted in writing to Christy Webster via email three (3) days prior to solicitation close.
- Submission Method: Electronic quotations are to be submitted via email to blm_or_so_952_mail@blm.gov.
Eligibility & Compliance
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 484110 (General Freight Trucking, Local) with a size standard of $34 million.
- Wage Determination: The Service Contract Act Wage Determination (No. 2015-5579, Revision No. 27) for Coos, Curry, and Douglas Counties, Oregon, is incorporated by reference, outlining minimum wage rates and fringe benefits ($5.55/hour H&W).
Contact Information
For questions, contact Christy Webster at cnwebster@blm.gov or 503-808-6074.