M--BESSEMER MINE ROAD O&M
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), under the Department of the Interior, has issued a pre-solicitation notice for road operation and maintenance (O&M) services for the Bessemer Mine Road in Johnson Valley, CA. This effort aims to repair significant erosion caused by Tropical Storm Hiliary. The competitive solicitation will be a Total Small Business Set-Aside and is anticipated for release in mid-late May 2026.
Scope of Work
The contractor will be responsible for furnishing labor, equipment, supplies, and materials to complete necessary road O&M, including:
- Clearing the area of loose materials, debris, vegetation, or obstructions.
- Proper grading to ensure water runoff and prevent pooling, shaping the subgrade to no greater than a 2% cross slope, and removing all washboarding.
- Scarifying the existing road surface and ensuring optimal moisture content before placing and compacting Class 2 aggregate road base using only clean water.
Contract & Timeline
- Type: Pre-solicitation (anticipates a single Firm Fixed Price award)
- Duration: 100 days after notice to proceed
- Set-Aside: Total Small Business (FAR 19.5)
- Magnitude: Between $250,000.00 and $500,000.00
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) with a $45 million size standard
- Published: April 2, 2026
- Solicitation Release: Anticipated mid-late May 2026
- Proposal Period: Solicitation package will be posted for 30 days
Evaluation
Award will be based on best value to the Government in accordance with Federal Acquisition Regulations (FAR).
Additional Notes
- The Davis Bacon Act (DBA) is applicable, and appropriate wage determinations will be included in the solicitation.
- All materials must comply with the Buy American Act.
- Potential offerors must be registered and complete online Representations and Certifications in the System for Award Management (SAM) at http://www.sam.gov to be eligible for award.
- A site visit date, time, and location will be provided in the solicitation. Attendance is highly encouraged to understand requirements and conditions affecting cost, specifications, and performance.
- Offerors are responsible for monitoring https://sam.gov/ for the release of the solicitation package and any pertinent information.