HPTC DOUG FIR CVG LUMBER PURCHASE
ID: 140P2126Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, 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's Washington Contracting Office, is seeking quotations for the procurement of Clear Vertical Grain (CVG) Douglas Fir lumber, specifically for park bench fabrication. This opportunity is a 100% Total Small Business Set-Aside, requiring contractors to provide all necessary labor, materials, and transportation to deliver the lumber to the Brentwood Maintenance Facility in Washington, DC, within 45 days of contract award. The lumber is essential for maintaining park facilities and enhancing visitor experiences in national parks. Interested vendors should contact Brian Thornton at brian_thornton@nps.gov or call 240-220-8104 for further details regarding the solicitation, reference number 140P2126Q0015.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, reference 140P2126Q0015, issued as a Request for Quotation (RFQ) by the National Park Service, Washington DC Area, is a 100% Total Small Business Set-Aside for the procurement of specific lumber materials. The North American Industry Classification System (NAICS) code for this acquisition is 321113 (Sawmills) with a size standard of 550 Employees. The requirement is for Clear Vertical Grain (CVG) Douglas Fir lumber, precision-milled to NPS slat specifications for park bench fabrication. The contractor must provide all labor, materials, and transportation for delivery to the Brentwood Maintenance Facility in Washington, DC, within 45 days of award. The solicitation includes options for additional quantities of lumber. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). Various FAR clauses are incorporated by reference and full text, addressing aspects like business ethics, system for award management, telecommunications equipment restrictions, and labor standards, with specific clauses checked as applicable to this contract.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HPTC FABRICATE GRANITE STONES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking quotations for the fabrication and delivery of Carnelian Red Granite paving stones for the Franklin Delano Roosevelt Memorial in Washington, DC. The procurement is a 100% Total Small Business Set Aside under NAICS code 327991, requiring the contractor to provide all necessary labor, materials, equipment, and transportation to ensure the granite stones match existing ones in color, grain, veining, finish, and dimensions. This project is significant for maintaining the aesthetic integrity of a national memorial, and a granite sample must be approved prior to production, with delivery expected within 85 days after award. Interested vendors can contact Brian Thornton at brianthornton@nps.gov or by phone at 240-220-8104 for further details, noting that the requirement is currently unfunded and contingent on the availability of funds.
    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.
    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.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    M--Railroad Tie Replacement
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for a Railroad Tie Replacement project at Cuyahoga Valley National Park in Dayton, OH. The project involves replacing approximately 1,200 railroad ties along a deteriorating section of the Cuyahoga Valley Railway, ensuring compliance with Federal Rail Administration (FRA) regulations for Class 1 track standards. This initiative is crucial for maintaining safe and operational railway infrastructure within the park. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early February 2026, and work commencing in March 2026. Interested contractors should contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500 for further details, and are encouraged to attend a site visit to better understand project requirements.
    USCG IPF St. Louis – MDO Fir Exterior Plywood Procurement
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of MDO Fir Exterior Plywood for its Industrial Production Facility in St. Louis, Missouri. The contract requires the supply of 1,062 sheets of 4ft x 8ft x 1/2in MDO Fir Exterior Plywood, which must be new, high-quality materials that meet industry standards. This plywood is essential for the fabrication of day board markers, highlighting its importance in supporting the operational needs of the Coast Guard. Interested vendors must submit their quotes by December 26, 2025, with inquiries directed to Mr. Leonard Raasch at leonard.r.raasch@uscg.mil or by phone at 314-771-6044 x 2111.
    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.
    In-Stream and Log Hauling Services - Mining Reach Phase II
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for In-Stream and Log Hauling Services as part of the Mining Reach Phase II project in the Wind River Watershed, located in Carson, Washington. The objective of this procurement is to enhance salmon habitat for ESA-listed lower Columbia Steelhead by adding large woody debris to the river, which will improve water quality and streambank stability. This total small business set-aside contract, identified by Solicitation Number 1240BF25Q0057, will be awarded as a Requirements contract with a performance period from February 1, 2026, to January 31, 2031. Interested contractors must submit their proposals electronically by January 19, 2026, at 1:00 PM (PST), and can direct inquiries to Darnell Williams at Darnell.Williams@usda.gov or by phone at 458-212-6091.
    Supply and Delivery of Park Supplies, USACE- SAV
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking potential sources for the supply and delivery of park supplies to support the J. Strom Thurmond Project in Clarks Hill, South Carolina. The procurement includes essential park amenities such as picnic tables, grills, lantern holders, fire rings, utility tables, trash can holders, trash cans, and plastic composite timbers, which are critical for restoring public access to areas affected by Hurricane Helene. Timely delivery of these items is crucial, with a deadline set for no later than March 1, 2026, to ensure the areas remain usable for recreation. Interested small businesses must submit a capability statement by December 31, 2025, detailing their qualifications and ability to meet the delivery schedule, and can contact Stephanie Brasier at stephanie.brasier@usace.army.mil or Paul R. Gaeth at paul.r.gaeth@usace.army.mil for further information.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the construction of recreation facilities as part of the NERI 227185 N156 Rend Trail Bridges and project. This procurement involves the rehabilitation of the Rend Trail and associated bridges at New River Gorge National Park, including significant tasks such as the construction of five bridges, replacement of timber cribbing walls, and improvements to trailheads. The project is crucial for enhancing visitor access and safety within the park, with a total performance period of 500 calendar days, commencing from January 5, 2026, and concluding by September 29, 2028. Interested small businesses must submit their proposals by January 8, 2026, and can direct inquiries to Rachel Dyer at racheldyer@nps.gov.