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 Department of the Interior, Bureau of Land Management (BLM) Oregon State Office, is soliciting proposals for Material Hauling Services for its Roseburg District. This is a Total Small Business Set-Aside for a Firm Fixed Price Commercial Services Contract. The requirement is for dump trucks and drivers to haul various materials on unimproved roads. Proposals are due April 10, 2026.
Scope of Work
The contractor will provide a minimum of three (3) dump trucks with licensed drivers, each capable of hauling approximately 10 cubic yards. Trucks must be road-legal, equipped with a hydraulically operated dump bed, and suitable for operation on unimproved roads. Services include hauling slide material (soil, rock, organic debris, contaminated surfacing) from forest roads and aggregate from commercial rock quarries to government-designated disposal sites. The BLM will be responsible for loading the vehicles. Note: 53-foot end dump trailers are not suitable due to maneuverability requirements. Estimated round trip mileage for hauling routes includes ~2 miles for Shively Creek and ~2-4 miles for Miller Creek.
Contract Details
This is a Firm Fixed Price Commercial Services contract. The period of performance is from May 1, 2026, through June 30, 2026, with an estimated quantity of 1100 hours. Payment will be on an hourly basis. The work schedule is typically Monday-Thursday (10-hour days), with potential occasional Friday work coordinated with the contractor. The Service Contract Act Wage Determination (No. 2015-5579, Rev. 27) applies, outlining prevailing wage rates and fringe benefits ($5.55/hour Health & Welfare) for Coos, Curry, and Douglas Counties, Oregon.
Submission & Evaluation
Quotations must be submitted in two parts: a non-price section and a price section. The non-price section will be evaluated based on "Relevant Experience" (more important than price) and "Local Market Knowledge." The price section requires a completed Standard Form 1449 and a price schedule. Offerors must develop and submit a Quality Control Plan and a Work Progress Plan with their proposal. Electronic quotations are to be submitted via email to blm_or_so_952_mail@blm.gov. Requests for Information must be submitted in writing to Christy Webster (cnwebster@blm.gov) three days prior to the solicitation close. Offerors must acknowledge all amendments.
Key Dates & Contact
- Published Date: March 30, 2026 (latest amendment)
- Response Due: April 10, 2026, 5:00 PM PDT (21:00:00Z)
- Contracting Office: BUREAU OF LAND MANAGEMENT, OREGON STATE OFFICE
- Primary Point of Contact: Christy Webster, cnwebster@blm.gov, 503-808-6074
Important Notes
This opportunity is set aside for Small Businesses under NAICS Code 484110 (General Freight Trucking, Local) with a size standard of $34 million. The government will not disclose its budget range or Independent Government Cost Estimate (IGCE). Beyond the specified submission requirements, no additional certifications or local Oregon permits are required from the carrier.