INDU Lumber
ID: 140P6425Q0012Type: Combined Synopsis/Solicitation
AwardedMay 14, 2025
$31.4K$31,367
AwardeeHOBART LUMBER INC 630 MAIN ST Hobart IN 46342 USA
Award #:140P6425P0020
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
    Description

    The Department of the Interior, through the National Park Service, is seeking quotations for the supply and delivery of lumber to support the Bailly/Chellberg Trail boardwalk project at Indiana Dunes National Park in Porter County, Indiana. The procurement requires various types of pressure-treated Southern Pine lumber, with specific dimensions and quantities, to be delivered within 60 days of contract award to Chesterton, Indiana. This initiative is crucial for maintaining park infrastructure and ensuring compliance with federal contracting regulations while promoting opportunities for small businesses. Interested vendors must submit their proposals by May 7, 2025, and can contact Jordan Ellis at jordan_ellis@nps.gov or 330-468-2500 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    This document from the U.S. Department of the Interior, specifically the National Park Service in Porter, IN, outlines a price schedule for the procurement of various lumber and associated materials required for operations at Indiana Dunes National Park. The listing includes multiple items, detailing specifications such as sizes and quantities of lumber (e.g., 2"x4"x16' and 6"x6"x20') as well as accessories like GRK drive bits and saw blades. The pricing for each item is currently not specified, leaving it blank for bidders to fill in. The document includes notes highlighting that costs must include shipping and delivery and that offerors are responsible for the accuracy of amounts and calculations. This request reflects the government's need to obtain building materials for maintenance or projects within the park, aligning with federal procurement processes, RFPs, and grant activities aimed at preserving and enhancing national parks while ensuring compliance with budgeting protocols.
    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.
    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.
    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.
    The document serves as an amendment to a solicitation identified by the number 140P6425Q0012. Its primary purpose is to extend the closing date for the solicitation to April 18, 2025, at 12:00 PM ET, while confirming that all other contract terms remain intact. Contractors are required to acknowledge receipt of this amendment through specified methods, such as including copies of the acknowledgment with their offers or sending separate communications that reference the solicitation and amendment numbers. The document emphasizes the importance of timely acknowledgment to avoid the rejection of offers. Additionally, it outlines the administrative changes and requirements for contractors, including the necessity of submitting the appropriate amendment forms with their quotations. This amendment reflects the federal government's standard process for managing solicitations, ensuring compliance and clarity throughout the bidding process for potential contractors.
    This document is an amendment to the solicitation numbered 140P6425Q0012, issued by the National Park Service (NPS) Midwest Region in Sagamore Hills, Ohio. The primary purpose of the amendment is to extend the submission deadline for quotes until April 25, 2025, at 12:00 PM Eastern Time, while confirming that all other terms of the solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment by including the Standard Form 30 (SF 30) with each quote submission. Failure to provide acknowledgment by the specified deadline may result in the rejection of offers. The document outlines the procedures for modifying existing offers or contracts through letters or electronic communication, emphasizing the importance of referencing the solicitation and amendment numbers. Overall, this amendment ensures clarity and continuity in the bidding process for interested contractors, aligning with federal procurement regulations.
    This document serves as an amendment to a federal solicitation (140P6425Q0012) issued by the National Park Service (NPS) regarding a contract based in Sagamore Hills, OH. The primary purpose of this amendment is to extend the solicitation close date to April 30, 2025, at 12:00 PM ET, while all other terms remain unchanged. Contractors must acknowledge the amendment by including a completed Standard Form 30 (SF 30) with their quote packages. It is emphasized that acknowledgment must be submitted prior to the specified time to avoid rejection of any offers. Additionally, modifications to existing contracts or proposals can be communicated via separate letters or electronic communication, referencing both the solicitation and amendment numbers. This amendment exemplifies the procedural requirements associated with federal RFPs, ensuring clarity and compliance as the procurement process continues.
    The document is an amendment to solicitation number 140P6425Q0012, issued to modify a contract or order. Its primary purpose is to extend the deadline for the submission of offers to May 2, 2025, at 12:00 PM ET, while all other terms of the solicitation remain unchanged. Contractors must acknowledge receipt of this amendment through various means, including email or separate communication, and must include relevant amendment acknowledgments with their quotes. The amendment specifies compliance expectations for submission methods and reinforces the necessity of timely acknowledgments to avoid potential rejection of offers. This document reflects standard procedural changes typical in federal solicitations, aiming to keep all parties informed while ensuring adherence to established deadlines and requirements.
    The document is an amendment to a federal solicitation identified as 140P6425Q0012, issued by the National Park Service, Midwest Region. Its primary purpose is to update specifications and the price schedule for a procurement opportunity while extending the solicitation closing date to May 7, 2025, at 12:00 PM ET. Offerors must acknowledge receipt of this amendment through various means, such as by returning copies of the amendment or through electronic communication, by the specified deadline. The amendment emphasizes that only the newly updated documents should be referenced and that all changes are administrative, maintaining the original terms and conditions of the solicitation. Therefore, the amendment ensures clarity on changes while reinforcing compliance requirements for submitting updated proposals. This document is essential in the context of government contracting, ensuring that potential contractors are informed of modifications that could affect their proposals.
    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.
    The Indiana Dunes National Park requires a supply of lumber and associated materials for the Bailly/Chellberg Trail boardwalk project. This request is specifically for the supply and delivery, with installation work to be performed by the park staff. The document provides detailed specifications for various dimensions and quantities of lumber, including treated southern pine, as well as a range of associated materials such as screws and saw blades. Delivery must occur within 60 days of contract award to the park's specified address, with arrangements to be coordinated with a designated National Park Service contact. All materials are expected to conform to described standards and include a one-year warranty. This request highlights the park's need for quality materials to maintain infrastructure while complying with federal procurement protocols.
    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.
    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
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    W912P626BA019 Indiana Harbor Dredging
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is preparing to solicit bids for the Indiana Harbor Dredging project, located in East Chicago, Indiana. This pre-solicitation notice indicates a total small business set-aside, inviting qualified small businesses to participate in the construction of non-building facilities as outlined under NAICS code 237990. The dredging project is crucial for maintaining navigable waterways and supporting local commerce, emphasizing the importance of effective civil engineering solutions. Interested parties can reach out to Adam Haley at adam.j.haley@usace.army.mil or by phone at 312-846-5494 for further information, although a response to this notice is not required at this time.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    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.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.