D-10749 Tornado 24 Timber Sale- NSA Crane
ID: N40085-25-RP-00079Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Logging (113310)

PSC

NATURAL RESOURCES/CONSERVATION- SEED COLLECTION/PRODUCTION (F009)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the D-10749 Tornado 24 Timber Sale at Naval Support Activity, Crane, Indiana. This procurement involves the sale and removal of approximately 98,000 board feet of timber from a 68-acre tract, which has been assessed for salvageable wood volumes following tornado damage. The timber sale is significant for resource management and environmental restoration efforts, particularly in the context of disaster recovery. Bids are due by 2:00 P.M. on October 30, 2024, and must be submitted in a sealed envelope to the Commanding Officer at the specified address. Interested parties can contact Rhett Steele at rhett.w.steele.civ@us.navy.mil or Gabrielle Oliphant at Gabrielle.T.Oliphant.CIV@US.Navy.mil for further information.

    Files
    Title
    Posted
    The document outlines the bid opening procedure for the Tornado 24 Timber Sale, designated as Contract No. N40085-25-RP-00079. It specifies that bids will be opened at 2:00 P.M. local time on October 30, 2024, marking the end of the bidding period. The procedure details that late bids or modifications will only be accepted if sent via registered or certified mail, adhering to stipulated guidelines. During the bid opening, the designated officer will check various components of each bid, including signature verification, bid security, acknowledgment of addenda, and any accompanying modifications. After reading the bids aloud, all received bids will be made available for review under government supervision, ensuring integrity against alterations. Overall, this document reflects the structured and regulated process inherent in government requests for proposals (RFPs), emphasizing transparency, adherence to guidelines, and the importance of maintaining a fair bid evaluation process in public contracting.
    The Tornado 24 Timber Sale, identified as N40085-25-RP-00079, involves a solicitation for sealed bids to purchase and remove approximately 98,000 board feet of timber from 68 acres within Naval Support Activity, Crane, Indiana. The contract term is two years with conditions restricting harvesting operations between April 1 and October 1 to protect the endangered Indiana Bat. Bidders must provide requisite bid documents, including a performance bond, insurance certificates, and a deposit amounting to 20% of their bid. The solicitation outlines responsibilities for the contractor, including adherence to safety regulations, environmental management, and proper logging practices. The Invitation for Bid (IFB) specifies procedural details for bid submission, evaluation, and potential modifications. Emphasis is placed on the importance of inspecting timber prior to bidding and compliance with Best Management Practices (BMP) for ecological protection. The document underscores strict measures preventing damage to non-target trees, reducing soil erosion, and ensuring safe logging operations. A robust health and safety plan is mandated, with regular evaluations and inspections by designated officials. In summary, this timber sale highlights the government's commitment to sustainable forestry practices while facilitating commercial activities under stringent environmental and operational guidelines.
    The document is an Invitation for Bids (IFB) related to the sale of government property, issued by the U.S. Navy at NSA Crane. It outlines the procedures for submitting bids, which will be received until a specified date and publicly opened. The bid requires bidders to agree to pay for and remove items listed, with detailed terms concerning bids and deposits. It specifies that bidders must represent their qualifications, including if they are a small business or have used any external solicitation services for the contract. Additionally, the document emphasizes the importance of following established terms and conditions. The IFB serves to solicit offers for government property sale, facilitating transparency and compliance within federal procurement processes. The detailed instructions, implications for deposit requirements, and bid declarations are essential for both the contracting officer and bidders to ensure a fair bidding process.
    The document outlines a federal Request for Proposals (RFP) concerning the sale and removal of timber from the Naval Support Activity (NSA) Crane in Indiana, overseen by NAVFAC Mid-Atlantic. The specific solicitation number is N40085-25-RP-00079, and the associated business point of contact is Rhett Steele. The proposal acceptance period is set at 60 days, with an opening date for submissions noted as October 30, 2024. Key details include the requirement for potential offerors to provide a delivery timeline that aligns with the specified conditions in the solicitation. This RFP reflects the government's ongoing strategy to manage federal lands responsibly while promoting commercial activities within established guidelines. The information encapsulated in the form facilitates organized bidding processes and adherence to federal procurement regulations.
    The document outlines an assessment of a 68-acre tract affected by a tornado, divided into two areas: Area 1 (20 acres) and Area 2 (48 acres). It presents estimates for salvageable wood volumes, indicating a total potential volume of 98,000 board feet. Area 1 has an estimated salvage volume of 50,000 board feet, while Area 2 has 48,000 board feet, amounting to specific estimated volumes per acre—2,500 board feet for Area 1 and 1,000 board feet for Area 2. The report has significant implications for resource management, particularly for potential federal grants and RFPs focused on disaster recovery and environmental restoration efforts. This assessment is essential for informing decisions related to salvaging and managing wood resources following natural disasters and ensuring compliance with relevant guidelines. The structure includes a total estimate, detailed area breakdowns, and salvage volume calculations that serve to guide future actions in disaster-stricken areas.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    D-10724 Eclipse Timber Sale-NSA Crane
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting bids for the D-10724 Eclipse Timber Sale located at Naval Support Activity in Crane, Indiana. This procurement involves the cutting and removal of approximately 2,091 trees, totaling an estimated 608,840 board feet across 230 acres, with specific environmental considerations, including restrictions during critical wildlife periods for the Indiana Bat. The contract, which emphasizes sustainable forestry practices and compliance with safety and environmental regulations, is set for a two-year term following the award. Bids must be submitted by 2:00 PM on October 24, 2024, with inquiries directed to Rhett Steele at rhett.w.steele.civ@us.navy.mil or Gabrielle Oliphant at Gabrielle.T.Oliphant.CIV@US.Navy.mil.
    Timber Sale Fort Walker, Bowling Green, VA No. DACA65-B-25-01
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is inviting sealed bids for the sale of government-owned timber at Fort Walker, Bowling Green, Virginia, under Invitation No. DACA65-B-25-01. The procurement involves the sale of approximately 3,310 tons of standing timber, including various types of pine and hardwood, across three designated harvest blocks, with specific harvesting periods and environmental considerations outlined in the contract. This timber sale is crucial for responsible forest management and the sustainable use of natural resources. Bids must be submitted by 1:00 p.m. on October 31, 2024, with a required deposit of 20% of the total bid amount; interested parties can contact Andrew G. Willey at andrew.g.willey@usace.army.mil or by phone at 757-201-7804 for further information.
    Inspection, Testing, and Repairs of Aboveground and Underground Storage Tanks, NSA, Crane, Indiana
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for the inspection, testing, and repairs of aboveground and underground storage tanks at NSA Crane in Indiana. This procurement aims to ensure compliance with environmental regulations and maintain the operational integrity of storage tanks critical for military operations. The selected contractor will provide essential services that contribute to environmental safety and regulatory adherence. Interested parties can reach out to Cynthia VanBibber at cynthia.m.vanbibber.civ@us.navy.mil or by phone at 812-381-5561, or Carrie Grimard at carrie.l.grimard.civ@us.navy.mil or 812-854-6641 for further details.
    Invitation to Bid for the Sale of Scrap Mixed Steel at Naval Air Station Fallon
    Active
    Dept Of Defense
    The Department of Defense, through the Navy Region Southwest Qualified Recycling Program, is inviting bids for the sale of mixed scrap steel located at Naval Air Station Fallon in Nevada. The procurement aims to establish a Term Sale Agreement for approximately 150 gross tons of various scrap materials generated annually, with bids evaluated based on a percentage of the high-end price for 1 heavy melt steel as listed by Fastmarkets American Metal Market. This initiative is part of the government's efforts to manage and recycle surplus materials efficiently while ensuring a transparent and competitive bidding process. Bids must be submitted via certified mail by 2 PM (Pacific Time) on October 25, 2024, and interested parties can direct inquiries to Adriana Soria at cnrsw-qrp-sales@us.navy.mil or by phone at 619-556-7222.
    REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT – Collection, Transportation, and Disposal of Hazardous Waste, Non-Regulated Hazardous Waste, Special Wastes, Chemical Refuse and Recycling of Universal Waste items
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking potential sources for a Firm Fixed/Indefinite-Delivery/Indefinite-Quantity contract for the collection, transportation, and disposal of hazardous waste, non-regulated hazardous waste, special wastes, chemical refuse, and recycling of universal waste items generated at the Crane facility in Indiana. The contractor will be responsible for ensuring compliance with federal, state, and local environmental regulations while providing necessary labor, management, and equipment for waste handling, including the development of standard operating procedures and adherence to safety protocols. This procurement is critical for maintaining environmental safety and operational compliance, with an anticipated contract term of five years and an estimated total of 3,750 tons of waste to be managed over this period. Interested parties must submit their capability statements to Matthew Sward at matthew.r.sward2.civ@us.navy.mil by 4 PM EDT on October 29, 2024, as part of the market research process, which will inform the acquisition strategy for a future solicitation expected to be issued around February 12, 2025.
    Invitation to Bid for the Sale of Scrap Mixed Steel at Naval Air Station El Centro
    Active
    Dept Of Defense
    The Department of Defense, through the Navy Region Southwest Qualified Recycling Program, is inviting bids for the sale of mixed scrap steel located at Naval Air Station El Centro in California. Bidders are required to submit their proposals for a one-year term sale agreement, with the possibility of extending the contract for up to four additional years, and must include a valid California Appliance Recycler Certificate along with a specific bid form. The anticipated total quantity of scrap material is approximately 28 gross tons annually, which includes various types of scrap such as pipes and vehicle parts, with pricing based on a percentage of the Fastmarkets American Metal Market high-end price. Bids must be submitted via certified mail or carrier service by 2 PM Pacific Time on October 25, 2024, and any inquiries should be directed to Adriana Soria at 619-556-7222 or via email at cnrsw-qrp-sales@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.
    SOLE SOURCE – TARPS AND TROLLEY SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a sole source contract for tarp all panel systems and custom height trolley systems from Cramaro Tarpaulin Systems, Inc. This procurement is necessary to replace existing black tarps with grey tarps, which are required for summer operations due to overheating issues with the current color. The contract, identified by solicitation number N00164-25-Q-0006, is critical for maintaining operational efficiency and safety for the Navy's trailer systems. Interested vendors must submit their offers by October 24, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    P--Hobucken and Holly Ridge Tower Demolition
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a small business to complete the Hobucken and Holly Ridge Tower Demolition project. The work includes demolishing and removing two communication towers and their foundations. The project must be completed within 125 days of the contract award date. The estimated cost for this procurement is $250,000.00 to $500,000.00. Bids are due on or about September 3, 2018, at 10:00 AM. Offerors must submit a bid bond of 20% of their proposal amount.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Active
    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.