SOLICITATION NOTICE
38 -- Request for Information (RFI) - Road Surfacing
- Notice Date
- 3/7/2022 12:27:53 PM
- Notice Type
- Solicitation
- NAICS
- 324121
— Asphalt Paving Mixture and Block Manufacturing
- Contracting Office
- OREGON STATE OFFICE PORTLAND OR 97204 USA
- ZIP Code
- 97204
- Solicitation Number
- DOILFBO220019
- Response Due
- 3/17/2022 6:00:00 PM
- Archive Date
- 04/01/2022
- Point of Contact
- Clark, Susanne, Phone: 5038086728, Fax: (503) 808-6312
- E-Mail Address
-
s2clark@blm.gov
(s2clark@blm.gov)
- Description
- Request for Information (RFI) � Road Surfacing Materials � Crushed Aggregate, Hot Mix (Asphalt) and Catonic Emulsified Asphalt (Asphalt Tack Coat) for Bureau of Land Management, Oregon State Office Description: The Bureau of Land Management (BLM), Oregon State Office is seeking responsible vendors to provide interested in providing company capability statements for possible multiple-award Blanket Purchase Agreements (BPAs) for Commercial Items Services for road surfacing materials. This is not a solicitation; this is a request for information and market analysis only. Background: The Bureau of Land Management (BLM), Oregon State Office has been utilizing 5-year, multiple-award Blanket Purchase Agreements (BPAs) for Commercial Items Services for road surfacing materials including hot mix asphalt concrete, catonic emulsified asphalt, crushed aggregate in various sizes and gradations, jaw run, rip rap, and chip seal crushed aggregate. These BPAs have covered four western Oregon BLM Districts (Northwest Oregon District, Coos Bay District, Medford District, and Roseburg District) and are essential to the BLM road maintenance crews to complete their road maintenance operation plans each year. Applicable NAICS codes for these requirements include 212319, Other Crushed and Broken Stone Mining and Quarrying, Size Standard 500 employees; and NAICS 324121, Asphalt Paving Mixture and Block Manufacturing, size standard 500 employees. General Information: This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001 (a)(2)(ii) which requires conducting market research before soliciting offers for acquisitions with an estimated value in excess of the simplified acquisition threshold. The Government is seeking industry�s input to determine the availability of qualified sources with the technical capability to fulfill the road surfacing materials service requirements. No contract award will be made from this notice and no solicitation is available on FBO or any other bulletin board, posting room, or clearinghouse at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this RFI will be solely at the interested party�s expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to the RFI. Respondents will not be notified of the responses to this notice. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. All RFI responses will be used in whole or in part for determining the most effective acquisition strategy for future Multiple-Award BPAs for road surfacing materials purchases. Response Guidelines: BLM is interested in receiving capability statements for firms offering any portion of the products listed below; it is not necessary that your company offer all products listed below; please state in your response only those your company offers. All responsible sources may submit a capability statement that shall be considered by the agency. The capability statement should include the below information: 1. Which of the products listed below does your company offer? a. Hot mix asphalt concrete, ODOT Class C, �"" Dense, Level 3 b. Catonic Emulsified Asphalt (Asphalt Tack Coat) c. Chip Seal Crushed Aggregate d. �""-0"" Crushed Aggregate e. 1 �""-0"" Crushed Aggregate f. 3""-0"" Crushed Aggregate g. 6""-2"" Jaw Run Aggregate h. 1 �"" Open Aggregate i. 3"" Open Aggregate j. 6"" Open Aggregate k. Rip Rap Class 1 l. Rip Rap Class 2 m. Rip Rap Class 3 n. Rip Rap Class 4 o. Rip Rap Class 5 p. Rip Rap Class 6 q. Rip Rap Class 7 r. Rip Rap Class 8 s. Rip Rap Class 9 t. Rip Rap Class 10 2. Address Location(s) of material (including name of Batch Plant or Quarry) where materials may be picked up by government vehicles. 3. Catalogue pricing for the products , including unit pricing per ton. (Contractor hauling is not required; government personnel will pick up product and haul to destination.) 4. Copy of recent testing reports, if available, showing that product meets common ODOT, AASHTO, or FP standard specifications. 5. Your company's size status under either NAICS 324121 size standard 500 employees or NAICS 212319, size standard 500 employees. If you supply both aggregate type and asphalt type products you may submit your size status under both NAICS. 6. Your company's nine digit Duns & Bradstreet (DUNS number ) or Unique Entity ID number (UEI number). Responses must be received by March 17, 2022 at 5 pm PST in order to be considered. Email responses to amacauley@blm.gov, with the subject line entitled DOILFBO220019.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b5e6b88400d646c3874e3c15fc64b787/view)
- Record
- SN06259147-F 20220309/220307230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |