INVITATION FOR BIDS FOR FORT POLK, LOUISIANA: FY2026 PAY-AS-CUT TIMBER CONTRACT, 2 ITEMS
ID: DACA63-9-25-0527Type: 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, is inviting bids for the sale of government-owned pine timber located at Fort Polk, Louisiana, under the Invitation for Bids No. DACA63-9-25-0527. This procurement involves the sale of two items: 45,376 tons of pine pulpwood and 1,702 tons of pine sawtimber, with a required bid deposit of $15,000 for Item 1 and $5,000 for Item 2. The successful bidder will be responsible for adhering to environmental regulations and protecting cultural resources during the harvesting process, with inspections encouraged prior to bidding. Bids must be submitted by 10:00 AM local time on August 27, 2025, and interested parties can contact Corey Walk at corey.d.walk@usace.army.mil or Chad Tilley at chad.t.tilley.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines an Invitation for Bids (IFB) concerning the sale of government-owned pine timber located at Fort Polk, Louisiana. The bid, identified as DACA63-9-25-0527, requires sealed submissions by August 27, 2025. Two items are being sold: 45,376 tons of pine pulpwood and 1,702 tons of pine sawtimber. Bidders must provide a deposit of $15,000 for Item 1 and $5,000 for Item 2 to be eligible. The sale includes specific conditions regarding environmentally sensitive areas and the protection of cultural resources. Bidders are encouraged to inspect the property before bidding. The contract stipulates compliance with various environmental regulations and penalties for violations, including improper harvesting and damage to undesignated trees. The successful bidder will be responsible for all operations and required to adhere strictly to the outlined terms and conditions. The government retains the right to terminate the agreement under certain circumstances or if the purchaser fails to comply with the contract obligations. Overall, the document serves as a formal solicitation for competitive bids, ensuring transparency in government timber sales while adhering to regulatory and environmental standards.
    Similar Opportunities
    Sale of Chipped Wood
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Anniston Army Depot (ANAD), is seeking bids for the sale of approximately 50,000 pounds of chipped wood per week, primarily sourced from scrap pallets and lumber. The contractor will be responsible for the removal of this material, which is 99.9% metal-free and suitable for uses such as boiler fuel and mulch, and must comply with all relevant safety and environmental regulations. Bids will be accepted on a per-pound basis, with a contract duration of one year and four option years, and interested parties must submit their bids by 4:00 PM CDT on December 18, 2025. For inquiries, bidders can contact Amber Burdett at amber.e.burdett.civ@army.mil or 256-240-3002.
    D-10298 Mainside Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base Camp Lejeune, North Carolina, under the D-10298 Mainside Pay As Cut FY26 contract. This pay-as-cut timber sale requires bidders to meet or exceed government estimated unit prices for various timber products, with the highest total bid winning the contract, which extends until December 31, 2027. The timber sale is crucial for supporting construction projects and silvicultural work, emphasizing safety and environmental responsibility throughout the logging process. Bids are due by 2:00 PM local time on January 8, 2026, with a required bid deposit of 20% and performance bond of $25,000; interested parties should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    D-10299 Verona Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base, Camp Lejeune, North Carolina, under the "D-10299 Verona Pay As Cut FY26" contract. This pay-as-cut timber sale requires bidders to submit unit prices for various timber classifications, with the highest bidder awarded the contract, and mandates that projects containing over 1000 tons of merchantable timber must be harvested. The bid opening is scheduled for January 8, 2026, at 2:00 PM local time, and interested parties should direct inquiries to Mark Moran at mark.j.moran.civ@us.navy.mil or (757) 341-0697. Bidders must comply with specific requirements outlined in the Invitation for Bids, including performance bonds and safety regulations, with the contract term extending until December 31, 2027.
    D-10300 Sandy Run Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the D-10300 Sandy Run Pay-As-Cut Timber Sale at Marine Corps Base, Camp Lejeune, North Carolina. This procurement involves the purchase and removal of timber, with bids due by January 8, 2026, at 2:00 PM local time, requiring a bid deposit and performance bond of $25,000 each. The timber sale is designed to facilitate the harvest of merchantable timber for construction and silvicultural projects, emphasizing responsible harvesting practices and environmental compliance. Interested bidders should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    Lumber
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to supply lumber as part of a procurement initiative managed by the MICC at Fort Drum. The contract is set aside for small businesses under the SBA guidelines, focusing on the NAICS code 321999, which encompasses all other miscellaneous wood product manufacturing. Lumber is a critical material used in various military construction and maintenance projects, underscoring its importance to operational readiness. Interested parties should contact Marvetta Rice at marvetta.l.rice.civ@army.mil or call 502-624-6907 for further details regarding the solicitation process.
    Lease for enhanced use of up to 1,065 acres of land
    Dept Of Defense
    The Department of the Army is soliciting proposals for an Enhanced Use Lease (EUL) for up to 1,065 acres of land at the Pine Bluff Arsenal in Jefferson County, Arkansas. The objective is to engage private, public, or not-for-profit entities to design, finance, develop, construct, operate, and decommission a manufacturing facility on the leased property, with a lease term of 50 years and an option for a 25-year renewal. The selected Offeror will be responsible for all project costs, including compliance with federal, state, and local regulations, and must submit a detailed proposal outlining project plans, financial capability, and anticipated funding sources. Proposals are due by 5:00 P.M. (EST) on December 29, 2025, and interested parties should contact Lisa Grossman at lisa.grossman@usace.army.mil for further information.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    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.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Dept Of Defense
    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.
    Crane Rental with Operator and Rigger
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services with an operator and rigger for the Bass Project at the ERDC Test Facility in Fort Polk, Louisiana. The procurement requires a minimum 225-ton crane with an NCCCO certified operator and rigger for five consecutive 8-hour workdays, scheduled from January 18-22, 2026, to support experimental wall assembly and erection, involving lifts of components up to 68,500 lbs. This opportunity is critical for the execution of testing operations and adheres to strict security protocols, including background checks and compliance with health protection conditions. Interested parties must submit their offers by December 17, 2025, at 1:00 PM CST, via email to the designated contacts, Jennifer Hoben and David Ammermann.
    Freshwater Bayou Waterway, Freshwater Bayou Lock, New Shops Building, Vermilion Parish, Louisiana
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new shops building at the Freshwater Bayou Lock in Vermilion Parish, Louisiana. This competitive 8(a) procurement involves the procurement, delivery, and installation of precast concrete piles, a pre-engineered metal building, metal stairs, and associated site work, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing operational capabilities at the Freshwater Bayou Waterway and adheres to strict safety and environmental standards. Interested contractors must register with SAM.gov and submit their bids by the established deadline, with a 20% bid guarantee required for bids up to $3,000,000. For further inquiries, contact Taylor H. Brandon at taylor.h.brandon@usace.army.mil or Michelle Dalmado at michelle.dalmado@usace.army.mil.