EGLIN AFB - Blue Whistler Timber Sale
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 (Eglin AFB, FL) is soliciting proposals for the Blue Whistler Timber Sale at Eglin Air Force Base, FL. This is a Firm-Fixed Price "Sales" contract for the removal of approximately 8,508 tons of pine timber from 118 acres. The contractor will pay the government a lump-sum amount for the timber. This opportunity is unrestricted and open to full and open competition. Offers are due by April 9, 2026, at 10:00 AM CST.
Scope of Work
The selected contractor shall provide all management, tools, supplies, transportation, equipment, and labor necessary for 25P45 timber removal services. This includes harvesting all merchantable Slash and Longleaf Pine trees within the designated 118-acre harvest unit (25P45), while leaving trees marked with yellow paint standing and undamaged. The Statement of Work (SOW) details specific requirements for compliance with Florida Best Management Practices (BMPs), protection of endangered species (Red Cockaded Woodpecker, Okaloosa Darter), cultural sites, and safety protocols for potential unexploded ordnance (UXO).
Contract Details
- Contract Type: Firm-Fixed Price "Sales" contract (lump-sum payment by contractor)
- NAICS Code: 113310 - Logging
- PSC Code: 5510 - Lumber And Related Basic Wood Materials
- Set-Aside: Unrestricted (Full and Open Competition)
- Period of Performance: 365 days (12 months) from contract signing.
- Payment: 100% of the bid price is due at the start of the contract, prior to the beginning of the performance period.
Key Requirements & Instructions
Offerors must complete and submit the SF1449 solicitation document, including unit price, amount price, and net amount price for CLIN 0001, and fill in Blocks 17a, 30a, 30b, and 30c. Evidence of general liability and property damage liability insurance with a minimum of $1 million in coverage is required. A pre-performance briefing and contract signing must be scheduled within 14 calendar days of award notification, including a list of all haul vehicles with license tag numbers. Quotes must be submitted electronically via email.
Evaluation Criteria
Award will be made to the responsible offeror whose proposal 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 Dates & Contacts
- Questions Due: March 25, 2026, 10:00 AM CST
- Offers Due: April 9, 2026, 10:00 AM CST
- Point of Contact: Jared Dunn, Contracting Officer, Jared.Dunn.6@us.af.mil
- Site Visit: No official site visit, but potential offerors are encouraged to inspect the site by contacting Jackson Guard personnel at (850) 882-4164 or Michael Kratz at (850) 883-1127, michael.kratz.2@us.af.mil.