Wood Products RFI West 2026
ID: Wood_Products_RFI_West_2026Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA TROOP SUPPORTPHILADELPHIA, PA, 19111-5096, USA

NAICS

Softwood Veneer and Plywood Manufacturing (321212)

PSC

LUMBER AND RELATED BASIC WOOD MATERIALS (5510)

Set Aside

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

    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.

    Files
    Title
    Posted
    The "Class IV Lumber Program" booklet, published by DLA Troop Support, outlines the procurement process for lumber and plywood within the Construction & Equipment Supply Chain. It details features like commercial deliveries, diversified product lines including bulk lumber, millwork, and plywood, and stable pricing. The document covers ordering via various systems (e.g., SSA, GCSS Army, FedMall), emphasizing the use of exception data for special requirements and specific delivery instructions. Funding is limited to MILSTRIP orders using National Stock Numbers (NSNs). Ordering criteria vary by location (CONUS/PACOM, EUCOM, AFRICOM, CENTCOM), with specific requirements for Points of Contact (POCs) for delivery. Delivery schedules are impacted by treatments and consolidation points, with vessel shipments taking considerable time. The booklet includes frequently used NSNs for lumber and plywood, minimum order quantities (MOQs), and guidance on Material Receipt Acknowledgements (MRAs) and handling material issues or billing discrepancies through Supply Discrepancy Reports (SDRs). Key contacts and a glossary of terms are also provided.
    This government file details various lumber and wood products, including specifications for crossarms, dowels, hardwood lumber (White Ash, Birch, Hard Maple, Mahogany, Poplar, Walnut, White Oak, and All Hardwood Species for specific uses), hardwood flooring (Hard Maple, Red/White Oak), and laminated wood decking. It also covers softwood lumber, categorizing it by finish, common, and structural grades. The document provides detailed requirements for each product, such as typical use, grading rules, species, moisture content, surfacing, length, width, and applicable federal or military specifications. It also lists contact information for ordering these specifications. The file's purpose is to standardize and regulate the procurement and use of wood products within government applications, likely for federal procurement or construction projects.
    The Defense Logistics Agency – Troop Support is conducting market research for planned competitive Long Term Contracts (LTCs) for wood products under the Wood Products Tailored Logistics Support Program (TLSP) West Region. The government intends to issue a solicitation with a 100% Small Business Set Aside, with the Trade Agreements Act applicable. Pricing will be based on truckload quantities, and all orders will be FOB Destination to customers in 16 specified locations including Alaska, Arizona, California, Colorado, Guam, Hawaii, Idaho, Japan, Korea, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming. The Request for Information (RFI) seeks responses by December 12, 2025, from interested businesses. It asks for information on business size, product distribution capabilities for 23 listed wood products (including various lumber and plywood types), current commercial and government customers, challenges in obtaining and distributing products, average required lead times for each product, and potential difficulties with consolidation point shipping and source stuffing requirements. Additionally, the RFI requests details on infrastructure setup for deliveries, ramp-up periods, ability to handle surge quantities, typical truckload quantities, and recommendations for Minimum Order Quantities (MOQs). The agency is also considering a presolicitation conference via Microsoft Teams in March 2026.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    DLA Commercial Price List Market Research
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.
    25--SILL,WOOD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of wood sills, specifically NSN 2510011616553, with a total quantity of 46 units required for delivery within 86 days after order. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 6. The wood sills are essential components for vehicular equipment, and items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Special Operational Equipment (SOE) Market Research
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is conducting market research for the Special Operational Equipment (SOE) Tailored Logistics Support (TLS) Program, seeking qualified vendors to provide comprehensive logistics support for a wide range of special operational equipment. This initiative aims to establish a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract, facilitating the supply chain support necessary for military installations and federal activities globally, with an estimated annual sales volume of $13 billion across approximately 10,000 delivery orders. Interested contractors are encouraged to participate in a market research survey to demonstrate their capabilities, including experience with long-term contracts, financial resources for large orders, global shipping capabilities, and adherence to quality control standards. Responses to the survey should be submitted to Mary Ryan at mary.ryan@dla.mil by COB December 5, 2025, as the DLA is currently not seeking proposals or quotes.
    DRAFT RFP - Landing Gear Collaborative Supply Chain Integration II
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking industry feedback through a DRAFT Request for Proposal (RFP) for the Landing Gear Collaborative Supply Chain Integration II (LG-CSCI2) project, aimed at developing spare parts for landing gear in support of various weapon systems. The objective is to refine the acquisition strategy based on vendor input, with a formal RFP anticipated to be released in early 2026. This initiative is crucial for enhancing the readiness of the Air Force fleet by building on lessons learned from the previous LG-CSCI contract. Interested parties are encouraged to submit their feedback and questions to the primary contact, Nathan Flinders, via email by December 12, 2025, as the eventual contract will consist of a five-year base period with a potential five-year option, totaling up to ten years.
    Request for Information (RFI) for Food Support for DLA Troop Support (CONUS SPV) - North and South Dakota Area, Military and Federally Funded Customers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is issuing a Request for Information (RFI) for food support services in the North and South Dakota regions for military and federally funded customers. The objective is to gather market research insights to inform the upcoming solicitation for Subsistence Prime Vendor (SPV) contracts, which will require contractors to provide a comprehensive range of food and beverage items, including canned goods, dairy products, frozen meats, and more, to various military installations and facilities in these areas. This procurement is crucial for ensuring timely and efficient food distribution to support military operations and personnel. Interested vendors are encouraged to submit their responses by December 3, 2025, at 3:00 p.m. Philadelphia Local Time, to the designated contacts, Neil-Michael Chiaradio and Megan Russell, via their provided email addresses.
    Logistics Technology Research (LTR) Program
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Logistics Technology Research (LTR) Program, aimed at enhancing logistics processes to support Department of Defense (DoD) weapon systems through innovative research and development. The program focuses on the application of emergent technologies and innovative business practices to improve capabilities in areas such as planning, procurement, and order fulfillment, particularly related to the management of weapon system parts in Supply Class IX. With a funding allocation of up to $7 million per year for five years for Short Term Projects (STPs), the program encourages participation from small and disadvantaged businesses and will initiate a 45-day period for the submission of White Papers, followed by invitations for full proposals from selected submitters. Interested parties can contact Emily Linico at emily.linico@dla.mil or 215-737-3748 for further information.
    Boot, TW Coyote Combat (Army)
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is conducting a market research survey for the procurement of Army Temperate Weather Combat Boots, specifically the TW Coyote Combat model. The objective is to gather information on industry capabilities and develop an acquisition strategy, with the intention of issuing an Indefinite Quantity Contract for a 48-month period, which includes a guaranteed minimum of 4,374 pairs and a maximum of 209,952 pairs. These combat boots are critical for the U.S. Army, ensuring durability and performance under various conditions, with specifications emphasizing waterproofing, comfort, and resistance to environmental factors. Interested vendors must submit their responses by December 9, 2025, to Karen Johnson at karen.m.johnson@dla.mil, and are encouraged to review the attached documents for detailed requirements and compliance information.
    Hospital Supply Tailored Logistics Support Program (TLSP)- Consolidation
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the Hospital Supply Tailored Logistics Support Program (TLSP) - Consolidation. This procurement aims to consolidate major medical and surgical supply categories, including but not limited to surgical instruments, medical equipment, and consumables, as outlined in the attached consolidation justification. The goods and services procured under this program are critical for supporting military medical operations and ensuring the availability of essential medical supplies. Interested parties can reach out to Yasmeen Turner at yasmeen.turner@dla.mil or Ryan Sullivan at ryan.sullivan@dla.mil for further information regarding this opportunity.
    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.
    7025016289010
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is preparing to issue an unrestricted Request for Proposal (RFP) for the acquisition of a Disk Drive Subassembly (DDS) for NSN 7025-01-628-9010 under PR number 7010341947. This procurement is crucial for maintaining operational capabilities, as the Disk Drive Subassembly is a key component in various defense systems. The RFP is expected to be posted on the DLA Internet Bid Board System (DIBBS) no sooner than December 10, 2025, with a fixed-price contract anticipated to be awarded by June 5, 2026. Interested parties should prepare to submit proposals that adhere to the Lowest Price Technically Acceptable evaluation criteria and may contact LaTonya Fitzwilliam at 215-737-4153 or via email at LaTonya.Fitzwilliam@dla.mil for further information.