55--INDU Lumber
ID: 140P6425Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)SAGAMORE HILLS, OH, 44067, USA

NAICS

Sawmills (321113)

PSC

LUMBER AND RELATED BASIC WOOD MATERIALS (5510)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 4:00 PM UTC
Description

The U.S. Department of the Interior, through the National Park Service, is seeking quotations for the supply and delivery of lumber to support maintenance projects at Indiana Dunes National Park in Porter County, Indiana. The procurement specifically requires various types of pressure-treated Southern Pine lumber, including dimensions such as 2"x4" and 6"x6", to be delivered within 60 days of contract award for use in the Bailly/Chellberg Trail boardwalk. This initiative underscores the government's commitment to maintaining national park infrastructure while providing opportunities for small businesses, as the solicitation is set aside for total small business participation. Proposals are due by April 9, 2025, and interested vendors should contact Jordan Ellis at jordan_ellis@nps.gov or call 330-468-2500 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 3:08 PM UTC
The United States Department of the Interior, through the National Park Service, has issued a Request for Quotation (RFQ) for lumber to support the Indiana Dunes National Park in Porter County, IN, under solicitation number 140P6425Q0012. Proposals are due by April 9, 2025, with a preference for small businesses. The contract requires the selected vendor to deliver specified lumber within 60 days of award to Chesterton, IN. Offerors must adhere to regulations in the FAR and demonstrate compliance with additional clauses regarding telecommunications equipment and services, contractor performance, and payment procedures through the Invoice Processing Platform. Evaluation of offers will prioritize price and acceptability against specified standards. Proposals must include documentation such as a completed price schedule, specifications for proposed items, and verification of registration in the System for Award Management (SAM). This procurement underlines the government’s commitment to maintaining facilities and ensuring compliance with federal contracting regulations while supporting economic opportunities for small businesses.
Mar 25, 2025, 3:08 PM UTC
The U.S. Department of the Interior, specifically the National Park Service, has issued a price schedule centered on lumber supply for the Indiana Dunes National Park. The document outlines various lumber items required, including dimensions and quantities, such as 2"x4"x16' (350 units) and 6"x6"x20' (8 units). The pricing details are left blank for potential offerors to complete, indicating that all costs must encompass shipping and delivery. Additionally, offerors are reminded of their responsibility to ensure accurate calculations and totals. This price schedule serves as a procurement document, likely in response to a request for proposals (RFP), aimed at suppliers who can meet the park's lumber needs for maintenance or construction projects, highlighting the federal government's commitment to infrastructure development in national parks.
Mar 25, 2025, 3:08 PM UTC
This document from the U.S. Department of the Interior outlines a price schedule for lumber required by the National Park Service at Indiana Dunes National Park. The schedule details various lumber items, their quantities, and the unit costs, with a total grand total to be determined. The specified lumber includes dimensions such as 2"x4"x16', 2"x8"x16', and 6"x6"x20', among others, for different quantities. The document instructs offerors to ensure accurate calculations of costs, which are expected to include shipping and delivery charges. This structure aligns with government procurement processes, emphasizing clarity in bidding and accountability in price assessments for federal projects. The careful detailing implies a standard procedure in collecting offers, showcasing transparency in government contracting.
Mar 25, 2025, 3:08 PM UTC
The document is an amendment to a solicitation identified as 140P6425Q0012, issued by the NPS, MWR in Sagamore Hills, Ohio. Its purpose is to update contractors about changes that modify the previously issued contract, specifically providing updated versions of the Combined Synopsis, Specifications, and Price Schedule. Contractors must acknowledge receipt of this amendment to ensure their offers are not rejected, by either annotating it on the offer copies or via separate communication. The amendment specifies that all prior terms and conditions remain unchanged except for those explicitly outlined. The document includes administrative instructions regarding the modification of contracts/orders, such as referencing solicitation or amendment numbers. Overall, it reinforces procedures related to acknowledging amendments and submitting revised offers while maintaining compliance with federal regulations. It's aimed at facilitating transparent communication and adherence to established protocols among contractors.
Mar 25, 2025, 3:08 PM UTC
The U.S. Department of the Interior's National Park Service has issued a Request for Quotation (RFQ) for lumber to be supplied to Indiana Dunes National Park in Porter County, Indiana. The solicitation number is 140P6425Q0012, and offers are due by April 9, 2025. The RFQ is specifically set aside for total small businesses under the NAICS code 321113, with a size standard of 550 employees. Proposals should include a price schedule, specifications, and confirm the offeror’s registration in the System for Award Management. The contract requires delivery of lumber within 60 days of award to an established address in Chesterton, Indiana, where items will be inspected upon arrival. The Government aims to award the contract based on the lowest evaluated price from responsible offerors who meet solicitation standards. Compliance with federal regulations regarding telecommunications and supply chain security is mandatory, and payment will be processed through the Treasury's Invoice Processing Platform (IPP). Overall, this solicitation emphasizes the government's partnership with small businesses while ensuring adherence to various statutes and codes.
Mar 25, 2025, 3:08 PM UTC
The Indiana Dunes National Park requires the supply and delivery of specific types of lumber for the Bailly/Chellberg Trail boardwalk. The procurement focuses solely on lumber supply, with installation work handled by the Park. The specifications list a total of 1,425 linear feet of lumber in various sizes, primarily pressure-treated Southern Pine, with stringent characteristics including moisture content limits and a minimum one-year warranty. All deliveries are expected within 60 days of contract award to a specified location at the park. The document emphasizes the need for coordination with the National Park Service's designated contact prior to shipment. This Request for Proposal (RFP) aligns with government procurement practices, ensuring adherence to quality and environmental standards while supporting infrastructure maintenance and enhancement at federal sites.
Mar 25, 2025, 3:08 PM UTC
The Indiana Dunes National Park requires the supply and delivery of lumber for the Bailly/Chellberg Trail boardwalk, which will be utilized by the park staff for upcoming maintenance. The specifications detail a large variety of lumber types, including dimensions and quantities, emphasizing that all lumber must be Southern Pine, pressure-treated, and meet specific moisture content standards upon delivery. The total quantities requested include various sizes such as 2”x4” and 6”x6” lumber. Delivery must occur within 60 days post-contract award, with arrangements needing to be confirmed at least one week in advance. A point of contact, Chris Kerr, has been provided for delivery coordination. Additionally, all lumber comes with a minimum one-year warranty. This Request for Proposal (RFP) reflects a standard procurement process aimed at securing necessary materials for infrastructure maintenance within a national park setting while adhering to specific standards.
Lifecycle
Title
Type
INDU Lumber
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Supply and Delivery of Lumber for Yosemite Nationa
Buyer not available
The Department of the Interior, through the National Park Service, is seeking quotations for the supply and delivery of lumber to Yosemite National Park, with a focus on supporting the restoration of facilities damaged by recent snowstorms. The procurement involves multiple delivery locations within the park, including Mather Buildings and Grounds, Valley Building and Grounds, Wawona Buildings and Grounds, and El Portal Projects Shop, and requires compliance with specific material specifications and delivery timelines. This opportunity is a 100% Total Small Business Set-Aside under NAICS code 321113, emphasizing the importance of competitive pricing, timely delivery, and past performance in the evaluation process. Interested vendors must submit their quotes via email by 5:00 PM Pacific Time on April 14, 2025, and direct any questions to Mariah Schumacher at mariahschumacher@nps.gov by April 7, 2025.
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.
Tell City, Indiana Janitorial Services needed on the Hoosier N.F.
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for janitorial services at the Hoosier National Forest Offices located in Tell City, Indiana. The procurement encompasses a range of cleaning services, including carpet cleaning, restroom sanitation, and trash removal, with services to be performed three times a week primarily outside of normal business hours. This contract, which is set aside for small businesses under NAICS code 561720, is crucial for maintaining cleanliness and hygiene in federal facilities while adhering to environmental sustainability standards. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the contract anticipated to commence on August 1, 2025, and extend through July 31, 2030, including up to four option years. For further inquiries, potential bidders can contact Jordan Wheelock at Michael.Wheelock@usda.gov.
Z--REPLACE SHINGLES ON 2 HISTORIC HOUSES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking proposals for the replacement of wood shingles on two historic buildings located at the Herbert Hoover National Historic Site in West Branch, Iowa. The project requires contractors to provide all necessary labor, materials, tools, and equipment to complete the roofing work, with a contract value estimated between $100,000 and $250,000. This opportunity is significant as it involves the preservation of historic structures, and the contract is set aside 100% for Total Small Businesses, with evaluations based on technical merit, past performance, and price. Interested contractors should note that the solicitation will be publicly available in late April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Joseph Bac at josephbac@nps.gov or 402-800-8733.
Box Culvert Installation
Buyer not available
The National Park Service, part of the Department of the Interior, is soliciting bids for the installation of a box culvert on Sandpoint Road at Pictured Rocks National Lakeshore in Munising, Michigan. The project entails providing all necessary labor, materials, and equipment to construct a 4-foot wide by 10-foot long box culvert with a natural bottom, along with a replacement section of road, while ensuring the existing roadway elevation is maintained. This initiative is crucial for restoring natural water flow and enhancing infrastructure within the park, with an estimated contract value between $500,000 and $1,000,000. Interested small businesses must submit their bids electronically by the specified deadline and ensure compliance with wage rate requirements and other federal regulations; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
C--N168 ISRO 329584 Rehabilitate Washington Harbor
Buyer not available
The Department of the Interior, through the National Park Service, has issued a Request for Information (RFI) regarding the rehabilitation and extension of the Washington Harbor Dock at Isle Royale National Park. The objective of this project is to gather insights on cost-effective methods and materials to enhance the dock's capacity for the existing Ranger III vessel and the anticipated Ranger IV, as well as to establish a helicopter landing area for emergency use. This initiative is crucial for improving access and operational efficiency at the park, which is located on a remote island in Lake Superior and is closed to the public during winter months. Interested parties are encouraged to submit inquiries by April 8, 2025, and responses to the RFI by April 15, 2025, to the designated contacts, Rachel Dyer and Dane Cooper, via email.
Y--Beach Access Upgrades
Buyer not available
The National Park Service is preparing to issue an Invitation for Bid (IFB) for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, Wisconsin. This project involves the removal and demolition of existing structures, followed by the installation of new beach access features, including a parking area, pathway, staircase, and retaining walls, with work anticipated to commence in May/June 2025. The contract, valued between $500,000 and $750,000, is set aside exclusively for small businesses, and interested contractors must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI) number. For further inquiries, contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706, and note that the official solicitation will be available in March 2025 on the SAM.gov website.
Propane Services, Steamtown National Historic Site
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide propane supply and delivery services for the Steamtown National Historic Site. The contract, which is set to commence on March 1, 2025, and may extend for up to three years, requires the delivery of 500 to 5,500 gallons of liquid propane gas monthly, particularly during winter months, ensuring compliance with safety regulations and operational efficiency. This procurement is crucial for maintaining the site's operational needs and safety standards, with a total expected contract value not to exceed $150,000. Interested vendors must submit their quotations by April 14, 2025, and can direct inquiries to Derek Barber-Richards at derekbarber-richards@contractor.nps.gov.
Janitorial Services Needed at the Bedford, Indiana Hoosier N.F. Office
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking qualified small businesses to provide janitorial services at the Hoosier National Forest Office in Bedford, Indiana. The procurement involves a total small business set-aside contract under NAICS code 561720, requiring comprehensive cleaning services, including carpet cleaning, floor maintenance, trash removal, and sanitation across approximately 10,965 square feet of office space. This initiative is crucial for maintaining a clean and safe environment for both staff and visitors, reflecting the government's commitment to quality service and environmental sustainability. Interested vendors must submit their proposals by the specified deadline and ensure they are registered with the System for Award Management (SAM). For further inquiries, contact Jordan Wheelock at Michael.Wheelock@usda.gov.
Z--Resurface Trail
Buyer not available
The National Park Service is seeking qualified contractors for the Resurface Trail project at Hopewell Culture National Historical Park in Chillicothe, Ohio. The project involves repairing and resurfacing approximately 2,100 lineal feet of the Adena trail, including crack repairs, patching asphalt, and applying seal coat to about 48,500 square feet of pavement. This work is crucial for maintaining the integrity and safety of recreational facilities within the park. The contract, valued between $25,000 and $100,000, is set aside for total small businesses and is expected to be awarded by May 2025, with performance commencing shortly thereafter. Interested parties should contact Ryan Begany at ryanbegany@nps.gov or 330-468-2500 for further details.