Double Branch Timber Sale - Eglin AFB, FL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (AFTC/PZIOC) is soliciting proposals for a Firm-Fixed Price "Sales" contract for the Double Branch Timber Sale at Eglin Air Force Base, FL. This opportunity involves the removal of approximately 11,345 tons of pine timber across 470 acres. The contract is unrestricted and will be awarded through full and open competition. Offers are due by May 28, 2026, at 10:00 AM CST.
Scope of Work
The contractor will provide all management, tools, supplies, transportation, equipment, and labor necessary for timber removal services within units 20NO5 and 25P12. This includes harvesting merchantable Sand pine and designated Longleaf pine trees (5.0 inches diameter and larger). Key requirements include:
- Compliance with Florida Best Management Practices (BMPs) for silviculture.
- Minimizing damage to residual trees and avoiding disturbance to reforested areas.
- Proper removal and scattering of logging debris.
- Maintenance of existing roads and bridges.
- Adherence to all security and safety regulations, including OSHA and AFOSH standards.
- Protection of endangered species (e.g., Red Cockaded Woodpecker, Okaloosa Darter) and cultural sites.
- Awareness and protocols for potential unexploded ordnance (UXO) on site.
Contract Details
- Contract Type: Firm-Fixed Price "Sales" contract.
- Payment: Lump-sum basis, with 100% of the bid price paid upfront at the start of the contract.
- Period of Performance: 365 days (12 months) from the date of contract signing.
- Set-Aside: None (Unrestricted, Full and Open Competition).
- NAICS Code: 113310 - Logging.
- PSC Code: 5510 - Lumber And Related Basic Wood Materials.
Submission & Evaluation
- Offer Due Date: May 28, 2026, 10:00 AM CST.
- Questions Due: May 21, 2026, 10:00 AM CST.
- Submission Method: Electronically via email to Jared Dunn (jared.dunn.6@us.af.mil).
- Required Documents: Completed SF1449 (including pricing in CLIN 0001 and contractor information), and evidence of general liability and property damage insurance ($1 million minimum coverage).
- Evaluation Factors: Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering Price and Technical Capability. Technical capability and past performance are significantly less important than cost or price.
Important Notes
- A pre-performance briefing and contract signing conference are mandatory within 14 days of award.
- Offerors are encouraged to schedule a site visit by contacting Jackson Guard personnel at (850) 882-4164 or Michael Kratz at (850) 883-1127.
- Attachments include the SF1449 Solicitation, Statement of Work, Double Branch Map, and Vicinity Map.