INVITATION FOR BIDS - WRIGHT PATMAN LAKE, LAKE O' THE PINES, AND WHITE OAK CREEK MITIGATION AREA; FY2026 SALVAGE TIMBER CONTRACT
ID: DACW63-9-25-0668Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, USA

NAICS

Logging (113310)

PSC

AIRFIELD SPECIALIZED TRUCKS AND TRAILERS (1740)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, Fort Worth District, is inviting bids for a Government Forest Products Salvage Contract under Invitation for Bids No. DACW63-9-25-0668. This contract involves the purchase and removal of government-owned pine and hardwood timber from designated areas including Wright Patman Lake, Lake O’ the Pines, and White Oak Creek Mitigation Area, with an emphasis on adhering to environmental protection guidelines and compliance with federal, state, and local regulations. Bidders are required to submit a $1,000 deposit and must ensure property inspection prior to bidding, with bids due by 2:00 PM local time on November 20, 2025. For further inquiries, interested parties can contact Corey Walk at corey.d.walk@usace.army.mil or Stephanie Price at stephanie.a.price@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Fort Worth District, has issued Invitation for Bids No. DACW63-9-25-0668 for a Government Forest Products Salvage Contract. The contract, expiring on December 31, 2026, involves the purchase and removal of government-owned pine and hardwood timber from Wright Patman Lake, Lake O’ the Pines, and White Oak Creek Mitigation Area. Bids, requiring a $1,000 deposit, are due by 2:00 PM local time on November 20, 2025, at the Wright Patman Project Office in Texarkana, Texas. The sale is for estimated volumes of various timber products, with actual volumes subject to change due to the salvage nature of the contract. Bidders must inspect the property, adhere to specific harvesting and environmental protection guidelines, and comply with all federal, state, and local regulations, including those concerning small business status and non-discrimination in employment. The contract outlines detailed terms for payment, performance, and potential liquidated damages for non-compliance.
    Similar Opportunities
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.
    Wood Products RFI West 2026
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking feedback from small businesses regarding a follow-on contract for wood products under the Wood Products Tailored Logistics Support Contract (TLSC) for the West Region, set to expire in September 2026. The agency is conducting market research to inform the procurement of competitive Long Term Contracts (LTCs) for various wood products, including lumber and plywood, with a focus on understanding industry practices, product distribution capabilities, and logistical challenges. This initiative is crucial for ensuring a reliable supply of wood products for government applications, with orders to be delivered to multiple locations across the United States, including Alaska and Guam. Interested parties are encouraged to respond to the Request for Information (RFI) by December 12, 2025, and can reach out to primary contact Helen Patton at helen.patton@dla.mil or secondary contact Ashley Brown at ashley.n.brown@dla.mil for further details.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for lumber, plywood, millwork, and wood panel products. This procurement aims to secure standard commercial supplies and services at competitive prices, specifically under the PSC/FSC Codes 5510, 5520, and 5530, which pertain to lumber and related wood materials. The selected vendors will be evaluated based on their past performance, including customer satisfaction and quality of deliverables, with BPAs awarded on a six-month rotation through June 2029. Interested small businesses must submit their documentation and past performance references to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil by April 30 for June awards or by October 31 for December awards.
    Lake Traverse Bil Gate Repairs and Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is a total small business set-aside opportunity. This procurement involves repairs and modernization efforts related to dam infrastructure, categorized under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Solicitation Module of the PIEE suite, with specific instructions provided for vendor registration and bid submission. For further inquiries, potential bidders can contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 3-2025, Cameron Parish, Louisiana. Specification Nos. OM25127
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass Bar Channel Hopper Dredge Contract No. 3-2025 in Cameron Parish, Louisiana. Bidders are required to furnish a fully crewed and equipped self-propelled trailing suction hopper dredge for the removal and disposal of shoal material, with the project magnitude estimated between $5,000,000 and $10,000,000. This contract is crucial for maintaining navigable waterways and may extend to additional areas within the New Orleans, Galveston, and Mobile Districts. Interested bidders must register in the System for Award Management (SAM) and submit their bids by the specified deadlines, with the solicitation expected to be issued around December 4, 2024. For further inquiries, contact Christopher Nuccio at christopher.nuccio@usace.army.mil or Angela Day at Angela.C.Day@usace.army.mil.
    Sam Rayburn Switchyard
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses including 8(a), HUBZone, SDVOSB, and WOSB, must submit their responses by November 20, 2025, at 2:00 PM CST, detailing their capabilities and relevant experience, with the estimated construction value being less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.