Skip to content
Department of Defense

EGLIN AFB - Blue Whistler Timber Sale

Solicitation: FA282326Q4003
Notice ID: 9105c98af84341188a3a3e1286b59d27
TypeSolicitationNAICS 113310PSC5510DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateFLPostedMar 23, 2026, 12:00 AM UTCDueApr 09, 2026, 03:00 PM UTCCloses in 0 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Apr 09, 2026. Industry: NAICS 113310 • PSC 5510.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA282326Q4003. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 113310 (last 12 months), benchmarked to sector 11.

12-month awarded value
$355,000
Sector total $1,355,168,198 • Share 0.0%
Live
Median
$355,000
P10–P90
$355,000$355,000
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($355,000)
Deal sizing
$355,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Goulds, Florida • 32542 United States
State: FL
Contracting office
Eglin Afb, FL • 32542-5418 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
FL20260202 (Rev 1)
Match signal: state matchOpen WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
+27 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 27 more rate previews.
Davis-BaconBest fitstate match
FL20260202 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+26 more occupation rates in this WD
Davis-Baconstate match
FL20260104 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Baker
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL AND REINFORCING
Base $29.50Fringe $12.98
+24 more occupation rates in this WD
Davis-Baconstate match
FL20260111 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconstate match
FL20260126 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Nassau
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $23.05Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD

Point of Contact

Name
Jared Dunn
Email
Jared.Dunn.6@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA2823 AFTC PZIO
Contracting Office Address
Eglin Afb, FL
32542-5418 USA

More in NAICS 113310

Description

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 25P45 timber removal services at Eglin AFB, FL in accordance with the attached Statement of Work (SOW) dated March 2026, SF1449 Solicitation, and maps. This award will consist of one contract line item number CLIN (0001) with 118 acres that contains approximately 8,508 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: FA282326Q4003. 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 FA282326Q4003, (2) Statement of Work for Blue Whistler Timber Sale dated March 2026, (3) Blue Whistler 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 8,508 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 01 April 2026 (or sooner if possible). Questions (if applicable) shall be received electronically No Later Than (NLT) 10:00 AM CST 25 March 2026. Government will provide responses/answers (if required) by an amendment. The Government anticipates posting the responding amendment NLT 10:00 AM 26 March 2026.

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, Contracting Officer, 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

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.