403 ACRES OF POST HARVEST TIMBER STAND IMPROVEMENT
ID: N4008524Q2546Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic office, is seeking quotations for a project involving 403 acres of post-harvest timber stand improvement at Naval Support Activity in Crane, Indiana. This procurement aims to enhance forest management and conservation efforts, aligning with the NAICS code 115310, which pertains to support activities for forestry. The solicitation is set aside for small businesses, and interested parties must submit their quotes in response to Solicitation # N4008524Q2546, with inquiries directed to Melissa Willis at melissa.willis1@navy.mil or by phone at 812-854-6864. The solicitation is governed by the provisions and clauses in effect through Federal Acquisition Circular 2005-88.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MCAS Cherry Point Harvest FY25 Timber Sale
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting bids for the MCAS Cherry Point Harvest FY25 Timber Sale, located at Marine Corps Air Station Cherry Point in Havelock, North Carolina. This procurement involves the sale and removal of timber from approximately 40 acres, with a focus on sustainable harvesting practices and compliance with environmental regulations. The initiative is part of the government's commitment to responsible resource management and aims to generate revenue while ensuring the protection of local wildlife and habitats. Interested bidders must submit sealed bids by 11:00 am on October 15, 2024, and are encouraged to inspect the timber prior to bidding; for further inquiries, contact Steven Shephard at steven.shephard@usmc.mil or Kenneth Payne at kenneth.e.payne62.civ@us.navy.mil.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
    Forest Stand Improvement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V Endist St Louis office, is seeking contractors to provide forest stand improvement services at Mark Twain Lake in Ralls County, Missouri. The contractor will be responsible for delivering non-personal services, including all necessary personnel, equipment, materials, and supervision to perform hack and squirt, foliar, and basal bark treatment activities. These services are crucial for maintaining and enhancing forest health and biodiversity in the area. Interested parties can contact Amanda Sutton at amanda.c.sutton@usace.army.mil or by phone at 573-222-8562 for further details regarding this procurement opportunity.
    Nantahala NF Cheoah-Tusquitee Zone 1 Timber Disposal North Carolina
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting quotes for a timber disposal contract in the Nantahala National Forest, Cheoah-Tusquitee Zone 1, North Carolina. This non-personal services contract, classified as Firm Fixed Price, aims to manage the disposal of an estimated 2,727 tons of timber, with an optional additional quantity, over a contract period from November 15, 2024, to November 14, 2026. The procurement emphasizes sustainable forest management practices and requires vendors to demonstrate technical capability, relevant past performance, and pricing in their proposals. Interested parties must submit their proposals electronically by September 23, 2024, at 11:00 am ET, and should contact Cynthia Horwitz at cynthia.horwitz@usda.gov for further information.
    FLOOR LEVELING PROJECT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting quotes for a concrete floor leveling project at Building 2059, Naval Support Activity Crane, Indiana. The project involves leveling a 3,000-square-foot area where the floor has settled approximately 4 inches, with a strong emphasis on achieving precise flatness to ensure mission readiness. This procurement is a total small business set-aside, with an estimated project cost between $25,000 and $100,000, and requires compliance with various safety, environmental, and quality control regulations. Interested contractors must submit their quotes by September 16, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Kacey Jones at Kacey.l.jones5.civ@us.navy.mil.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Indian Head Division, has issued a Combined Synopsis/Solicitation notice for a Blanket Purchase Agreement (BPA) for the procurement of lumber, plywood, millwork, and wood panel supplies and services. The BPA calls will not exceed the Simplified Acquisition Threshold and interested companies must compete at the call level. The government is seeking companies that can provide these standard commercial supplies and services at competitive prices. The BPA's will be awarded based on positive Past Performance, which will be evaluated on factors such as Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. Interested vendors should provide a minimum of three Past Performance References. The government also requires vendors to have an active account in the Procurement Integrated Enterprise Environment (PIEE) for invoicing and receiving reports, or the option to use a credit card for payment. Additionally, vendors must have an active account in the System for Award Management (SAM). This procurement is set aside for small businesses, and vendors with a GSA contract should note their contract number in their response. Vendors who demonstrate technical and past performance merit may be issued a Master BPA for future bidding opportunities. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references to Barbara.j.grinder.civ@us.navy.mil by specific deadlines to be considered for the February or August awards. The government reserves the right to consider past performance information from other sources. The primary point of contact for this procurement is Barbara Grinder, and the secondary point of contact is Brandi Sorzano.
    F--099 All Other Professional, Scientific, and Technical Service
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for natural resource services at various locations within Naval Facilities Engineering Command, Southwest's area of responsibility. The services include biomonitoring, inventorying, surveying, mapping, and related technical data and reports in compliance with applicable Department of Defense, Department of Navy, and federal, state, and local statutes and regulations. The procurement is a 100% Small Business set-aside with the intent to award no more than four Firm-Fixed Price, multiple award contracts. The contracts will be for a two-year base period and a three-year option period, with a minimum guarantee of $5,000. The aggregate value of task orders issued under the contracts will not exceed $30,000,000. The solicitation will be available electronically and the issue date is expected to be on or about March 19, 2019, with a closing date for receipt of proposals on April 18, 2019. The primary contact for this solicitation is Penny Brown, Contract Specialist.
    Forest Improvement Herbicide- Fort Drum
    Active
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    Hoosier National Forest, Brownstown RD Road Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for road maintenance services on the Brownstown Road within the Hoosier National Forest in Indiana. The project involves essential tasks such as grading, ditch cleaning, shoulder backing, and aggregate placement to ensure proper drainage and safety on the roadways. This procurement is critical for maintaining accessibility and usability of forest service roads, aligning with federal standards for environmental stewardship and safety. Interested small businesses must submit their proposals electronically by the specified deadline, with the total project value estimated to be less than $50,000. For further inquiries, contractors can contact Hannah Wanderling at hannah.wanderling@usda.gov or David Easter at david.easter@usda.gov.
    Pisgah NF Nantahala Pisgah Zone 2 Timber Disposal North Carolina
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for a timber disposal contract at the Pisgah National Forest in North Carolina. This procurement involves a firm fixed-price contract for the disposal of approximately 1,201 tons of timber in Zone 2 of the Nantahala Pisgah National Forest, with a performance period from November 15, 2024, to November 14, 2026. The initiative is crucial for effective forest management and aims to enhance environmental services while promoting small business participation through a total small business set-aside. Interested vendors must submit their proposals, including technical capability, past performance, and pricing, by September 23, 2024, and can direct inquiries to Cynthia Horwitz at cynthia.horwitz@usda.gov.