Skip to content
Department of Defense

BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530

Solicitation: N0017424SN0021
Notice ID: fc8d4420b74e4866a8e97c2032f0c448
TypeCombined Synopsis SolicitationNAICS 423310PSC5510Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateMDPostedFeb 18, 2026, 12:00 AM UTCDueNov 11, 2028, 05:00 AM UTCCloses in 991 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Nov 11, 2028. Industry: NAICS 423310 • 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: N0017424SN0021. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$911,043,549
Sector total $911,043,549 • Share 100.0%
Live
Median
$100,000
P10–P90
$27,832$2,512,540
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($911,043,549)
Deal sizing
$100,000 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 MD
Live POP
Place of performance
Indian Head, Maryland • 20640 United States
State: MD
Contracting office
Indian Head, MD • 20640-1533 USA

Point of Contact

Name
Rebecca Collins
Email
rebecca.m.collins17.civ@us.navy.mil
Phone
Not available
Name
Brandi L. Sorzano
Email
brandi.l.sorzano.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NSWC INDIAN HEAD DIVISION
Contracting Office Address
Indian Head, MD
20640-1533 USA

More in NAICS 423310

Description

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification:

PSC/FSC Code 5510, NAICS 423310, LUMBER AND RELATED BASIC WOOD MATERIALS

PSC/FSC Code 5520, NAICS 423310, MILLWORK

PSC/FSC Code 5530, NAICS 423310, PLYWOOD AND VENEER

BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level.

Interested companies must (have/include):

  • Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address.
  • Documentation addressing the capabilities and expertise.
  • Complete and return a price list, if applicable.
  • BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item.  The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality.  The government reserves the right to use additional references if available.
  • An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment.
  • An active account in System for Award Management (SAM https://www.sam.gov)

Important Notes:

*This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response.

*Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements.

*Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold.

UPATED 9/30/2024

The Government is updating the required submission deadlines and changing the award dates.  The following are the new guidelines:

The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email, rebecca.m.collins17.civ@us.navy.mil, no later than 30 April.  For a December award, interested vendors should provide documentation and references by email to rebecca.m.collins17.civ@us.navy.mil no later than 31 October.

PREVIOUS DATES

*The Government intends to issue Master BPAs on 6 month rotation through February 2029.  To be considered for a February award, interested vendors should provide documentation and references by email to rebecca.m.collins17.civ@us.navy.mil no later than 31 December.  For an August award, interested vendors should provide documentation and references by email to rebecca.m.collins17.civ@us.navy.mil no later than 30 June.

*The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS).

The Points of Contact for this request are:

  1. Rebecca Collins- rebecca.m.collins17.civ@us.navy.mil 
  2. Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil
  3. TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil

**Attachments**

All announcements should include 3 Past Performance Reference. (Sheet attached).

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.