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) Roseburg District is soliciting proposals for Material Hauling Services in Roseburg, Oregon. This Total Small Business Set-Aside opportunity requires the provision of dump trucks with drivers to support slide material removal and aggregate hauling. Proposals are due April 3, 2026.
Scope of Work
This Firm Fixed Price Commercial Services Contract requires the provision of a minimum of three (3) dump trucks with drivers, each with approximately 10 cubic yards capacity. Trucks must be road-legal, equipped with hydraulically operated dump beds, and suitable for unimproved roads. Services include:
- Hauling slide material from forest roads.
- Transporting aggregate from commercial rock quarries.
- Delivering removed material to government-designated waste disposal sites. The contractor must develop and maintain an effective quality control program, submitted with the proposal.
Contract Details
- Contract Type: Firm Fixed Price Commercial Services
- Period of Performance: May 1, 2026, through June 30, 2026
- Estimated Quantity: 1100 Hours
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 484110 (General Freight Trucking, Local)
- Size Standard: $34 million
- Product Service Code: 2320 (Trucks And Truck Tractors, Wheeled)
Submission & Evaluation
Quotations must be submitted in two parts: a non-price section and a price section.
- Non-Price Section: Evaluated on "Relevant Experience" (more important than price) and "Local Market Knowledge."
- Price Section: Requires a completed Standard Form 1449 and a price schedule.
- Requests for Information: Must be submitted in writing to Christy Webster (cnwebster@blm.gov) three (3) days prior to the solicitation close.
- Electronic Quotations: To be submitted via email to blm_or_so_952_mail@blm.gov.
- Proposal Due: April 3, 2026, 21:00:00Z.
- Amendment 0001: Extended the offer receipt deadline. Offerors must acknowledge receipt of this amendment.
Important Notes
The solicitation incorporates numerous FAR clauses and special contract requirements, including those related to environmental impact, fire prevention, labor, and invoicing. A Service Contract Act Wage Determination (No. 2015-5579, Revision No. 27) is incorporated by reference, outlining prevailing wage rates and fringe benefits for Coos, Curry, and Douglas Counties, Oregon. Staging areas include the Rock Creek Maintenance Yard and the Chinook stockpile site.