PSC – 5510
Classification Code – J
NAICs Code - 113310
AFTC/PZIOC (Eglin AFB, FL) contracting division intends to solicit and award a Firm-Fixed Price
“Sales” contract for a timber sale at Eglin Air Force Base (AFB), FL. The contractor shall provide all
management, tools, supplies, transportation, equipment, and labor necessary for 25N20 timber removal
services at Eglin AFB, FL in accordance with the attached Statement of Work (SOW) dated August
2025, SF1449 Solicitation, and maps. This award will consist of one contract line item number CLIN
(0001) with 175 acres that contains approximately 6,250 tons of pine timber. Timber will be sold on a
lump-sum basis where the winning bidder pays 100% of the bid price at the start of the contract.
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format
in Subpart 12.6, as supplemented with additional information included in this notice. This announcement
constitutes the only solicitation; quotations are being requested and a written solicitation will not be
issued.
2. Solicitation number: FA282325Q4007. Offerors shall comply with the entire Standard Form (SF) 1449
solicitation document attached to this notice for applicable instructions, provisions, and clauses. The
following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition and are
included in the SF1449: 52.212-1, Instructions to Offerors – Commercial Products and Commercial
Services, 52.212-2, Evaluation – Commercial Products and Commercial Services, 52.212-4, Contract
Terms and Conditions – Commercial Products and Commercial Services, and 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and
Commercial Services.
3. The following Attachments to this notice include the: (1) SF1449 Solicitation Number
FA282325Q4007, (2) Statement of Work for Toms Creek Timer Sale dated August 2025, (3) Toms Creek
Map, and (4) Vicinity Map.
4. The NAICS code assigned to this acquisition is 113310 - Logging. This solicitation is unrestricted and
being procured using full and open competition.
5. Quotes shall be submitted by inserting: (1) the unit price; (2) amount price and (3) and net amount
price in CLIN 0001 (page 4) of the SF1449. The amounts can be hand-written in and must be readable.
(1) Insert the offeror’s price per unit under UNIT PRICE in CLIN 0001. (2) Insert the offeror’s total price
amount under the word AMOUNT in CLIN 0001 (which should equal 6,250 Actual Tons – multiplied by
the offeror’s unit price). (3) Insert the offeror’s total price amount again to the right of the words NET
AMT in CLIN 0001 – under the line.
Offerors shall also complete/fill in Blocks 17a. CONTRACTOR/OFFEROR and 30a. (SIGNATURE OF
OFFEROR/CONTRACTOR; 30B. NAME AND TITLE OF SIGNER; and 30c. DATE SIGNED – on the
cover page SF 1449 bottom left corner.
Additionally, ALL OFFERORS shall provide evidence of general liability and property damage liability
insurance with a minimum of $1 million in coverage.
Failure to provide the above requirements will deem offer ineligible for award/non-responsive.
6. Payment for this sale will be on a lump-sum basis, where the winning offeror pays 100% of the offered
price prior to the beginning period of performance and upon execution of the contract.
7. The winning offeror shall schedule and attend a conference and contract signing with the Government
no later than 14 calendar days upon award notification.
NOTE: During the conference, a list of all haul vehicles or trailer numbers with state license tag
numbers must be provided. Failure to provide the above requirements will deem the offer ineligible for
award/non-responsive.
8. The Performance Period will be a total of 365 Days (12 months) of contract signing.
9. Offers due date/time. Solicitation package responses shall be received electronically no later than
10:00 AM CST on 26 August 2025 (or sooner if possible). Questions (if applicable) shall be received
electronically No Later Than (NLT) 10:00 AM CST 18 August 2025. Government will provide
responses/answers (if required) by an amendment. The Government anticipates posting the responding
amendment NLT 10:00 AM 19 August 2025.
10. Required Quotation Package
Vendors shall submit quote package (Paragraph 5) electronically (by e-mail) and the Government shall
receive the package not later than the established date and time. Electronic mail (e-mail) submission to
the below email address is the only acceptable method to submit a response to this solicitation.
Point of Contact: Jared Dunn, AFTC/PZIOC, Contract Specialist, jared.dunn.6@us.af.mil.
11. No official site visit will be held. However, potential offerors are encouraged to schedule
visiting/inspecting the site prior to the solicitation closing date and time. Offerors need to contact Jackson
Guard personnel at (850) 882-4164 or Michael Kratz at (850) 883-1127, michael.kratz.2@us.af.mil.
---END ---
Location/Address:
308 West D Ave
Building 260, Suite 130
Eglin AFB, FL
32542-5418
Set Aside: NONE