The Bureau of Land Management (BLM), Moab Field Office, Utah, solicits quotations for the hauling and delivery of aggregate materials to support trail, parking area, and campground infrastructure improvements at the Kokopelli Trail (Bitter Creek, Westwater, Fish Ford, Cowskin, Rock Castle), Mud Springs Mountain Bike Park, and Old Spanish Trail sites (to be determined) near Moab, Utah. This Request for Quote, issued under the authority of the Federal Acquisition Regulation (FAR) Subparts 12.6 (Streamlined Procedures for Evaluation and Solicitation for Commercial Items) and 13.1 (Simplified Acquisition Procedures), and, where applicable, the Department of the Interior Acquisition Regulation (DIAR) Part 1480 for Buy Indian Act acquisitions is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside, solicitation number 140L5725Q0058. The contract is a firm-fixed-price agreement. The Periods of Performance are detailed in the SOW. The associated North American Industry Classification System (NAICS) code is 212321 (Construction Sand and Gravel Mining) with a small business size standard of 500 employees.
DESCRIPTION OF REQUIREMENT: The requirement involves providing road base materials, including 8,747 tons of 1-1/2" untreated base course (UTBC), 2,049 tons of 2" granular borrow (or 2" fractured gravel road base material), 1,109 tons of reject sand, 330 tons of clean crusher fines, and 800 tons of 1-1/2" UTBC for Old Spanish Trail sites, to locations specified in the Statement of Work (SOW). The Contractor shall furnish all labor, equipment, supplies, and materials for delivery, with spreading performed by government personnel, and coordinate with the BLM Moab Field Office and the National Park Service (NPS) to ensure hauling activities near the Old Spanish National Historic Trail comply with its management plan, including environmental and cultural assessments to avoid impacts on trail segments or historic sites.
Delivery shall be made to: See map in attached Statement of Work for exact locations and POC.
BASIS FOR AWARD: This solicitation is designated as an ISBEE set-aside. All quotes submitted must be accompanied by the attached Indian Affairs Indian Economic Enterprise Representation Form confirming contractor's status as an ISBEE registered with the SBA. Quotations will be evaluated using the Lowest Price Technically Acceptable (LPTA) method, prioritizing technical acceptability and the lowest price. The Government contemplates award of a single contract on an "ALL or NONE" basis to the offeror determined responsible in accordance with FAR Part 9, whose materials and services are technically acceptable, and whose price is the lowest and considered fair and reasonable.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Mark Renforth atmrenforth@blm.gov no later than 04 August 2025 at 1:00 pm MDT. Any questions received after this date are not guaranteed to be addressed. Responses to questions received prior to the deadline will be posted via an amendment to this solicitation.
Submissions shall be received no later than 14 August 2025 at 3:00 pm MDT via email. All quotations shall be delivered via email to Contract Specialist, Mark Renforth at mrenforth@blm.gov.