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), under the Department of the Interior, is soliciting proposals for Material Hauling Services in the Roseburg, Oregon District. This is a Firm Fixed Price Commercial Services Contract set aside for Total Small Business. The services involve providing dump trucks and drivers for material transport. Quotations are due by April 3, 2026.
Scope of Work
This contract requires the provision of a minimum of three (3) dump trucks with licensed drivers, each with approximately 10 cubic yards capacity. The trucks must be road-legal, equipped with hydraulically operated dump beds, and suitable for operation on unimproved roads while complying with all safety requirements. Services will support government personnel in slide material removal from forest roads, hauling aggregate from commercial rock quarries, and transporting removed material to government-designated waste disposal sites. Contractors must develop and maintain an effective quality control program, with the plan 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) with a $34 million size standard.
- Wage Determination: The Service Contract Act Wage Determination (No. 2015-5579, Revision No. 27) is incorporated, outlining prevailing wage rates and fringe benefits for service employees in Coos, Curry, and Douglas Counties, Oregon.
Submission & Evaluation
- Quotations Due: April 3, 2026, by 21:00:00Z.
- Submission Method: Electronic submission via email to blm_or_so_952_mail@blm.gov.
- Structure: Quotations must be submitted in two parts: a non-price section and a price section.
- Non-Price Evaluation: Will focus on "Relevant Experience" (more important than price) and "Local Market Knowledge."
- Price Section: Requires submission of the completed Standard Form 1449 and a completed price schedule.
- Requests for Information (RFIs): Must be submitted in writing to Christy Webster (cnwebster@blm.gov) three (3) days prior to the solicitation close date.
Additional Notes
The solicitation includes numerous FAR clauses and special contract requirements related to environmental impact, fire prevention, labor, and invoicing. Staging areas for work include the Rock Creek Maintenance Yard and the Chinook stockpile site.