Virkon Vehicle Treatment PA Army National Guard W912KC26QA004
ID: W912KC26QA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NX USPFO ACTIVITY PA ARNGANNVILLE, PA, 17003-5002, USA

NAICS

Remediation Services (562910)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Pennsylvania Army National Guard, is soliciting bids for pre-deployment agricultural disinfection services using Virkon-S for 187 pieces of equipment to meet EUCOM requirements. Contractors will be required to disinfect the equipment on-site at Fort Indiantown Gap, Pennsylvania, from January 26 to January 30, 2026, ensuring compliance with the Performance Work Statement (PWS) and utilizing a 1:100 dilution ratio of Virkon-S. This contract is a Total Small Business Set-Aside, emphasizing the importance of small business participation in government procurement. Interested vendors must submit their proposals, including proof of SAM registration, a history of similar services, and an itemized quote, by the deadline for Requests for Information on December 18, 2025. For further inquiries, contact John M. O'Boyle at john.m.oboyle.civ@army.mil or Raymond C. Folweiler at raymond.c.folweiler.civ@mail.mil.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for agricultural disinfectant equipment cleaning services for the 131st Transportation Company's deployment to European Command (EUCOM). The contractor will provide all necessary personnel, equipment, and materials to perform field services, including agricultural sanitization of equipment at Fort Indiantown Gap, Annville, PA. The period of performance is from January 26, 2026, to January 30, 2026. Key requirements include using Virkon-S at a 1:100 dilution, capturing and disposing of all runoff, and providing daily tracking and dilution records. The government will provide the worksite, water, electrical requirements, and personnel to move equipment, while the contractor is responsible for all other materials and equipment, including safety gear and proper waste disposal. All work must comply with federal, state, local, and military regulations, including OSHA and AFPMB TG31.
    The document is a Q&A log related to a government solicitation (w912kc26qa004) for Virkon Vehicle Treatment. Key inquiries from vendors include the absence of an incumbent, clarification on the disinfection scope, and the requirement for bidders to be small businesses. The government confirmed no incumbent, specified the disinfection details are in the Performance Work Statement (PWS), and stated that only small businesses are eligible due to the simplified acquisition threshold. Other questions addressed Virkon mixing directions, CMMC compliance (not required), and itemized quote requirements, for which the government requested cost breakdowns for Virkon, labor, and travel.
    This government solicitation, W912KC26QA004, is an RFP for Women-Owned Small Businesses (WOSB) to provide pre-deployment agricultural disinfection services for 187 pieces of equipment for EUCOM requirements. The period of performance is from January 26, 2026, to January 30, 2026, with contractors on-site for no more than five days. Key requirements for successful bids include active SAM registration, a history of similar services, a statement confirming understanding of the Performance Work Statement (PWS), completion of SF 1449 pricing and signature, and an itemized quote. The contract incorporates various FAR and DFARS clauses, including detailed instructions for electronic invoicing via Wide Area WorkFlow (WAWF) using a 2-in-1 Invoice document type, and specifies routing data for payment requests and receiving reports. It also outlines offeror representations and certifications related to business size, veteran status, and other regulatory compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    Synopsis - M334 Decontamination Kit, Individual Equipment
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a firm-fixed price, five-year indefinite delivery indefinite quantity contract for the procurement of the M334 Decontamination Kit, Individual Equipment. This procurement aims to secure an estimated total of 1,319,475 units, with a minimum guaranteed quantity of 33,960 units, which are essential for military decontamination operations. The solicitation, identified as W912CH-25-R-0078, is expected to be released within the next two months, and interested parties are encouraged to monitor SAM.gov for updates and amendments. For inquiries, potential bidders can contact Contract Specialist Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The requirement includes providing a Hobart model No. AM16-BAS-4 sanitizer, along with installation and removal services, to ensure the cutter maintains necessary habitability and sanitary conditions. This procurement is critical as the current unit has a history of failures, and the work will take place at the cutter's location in Cape Canaveral, Florida, with performance dates set for February and March 2026. Interested vendors must submit their quotes by December 15, 2025, and can contact Timothy Ford or Sean Hoy via email for further inquiries.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Request for Information (RFI) - BIQ Industry Day Announcement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is hosting an Industry Day focused on Biocontainment, Isolation, and Quarantine (BIQ) requirements, scheduled for February 11–12, 2026, in Stafford, Virginia. This event aims to engage industry members regarding the Biological Containment Isolation System (BCIS), Portable Patient Transport System (PPTS), and Shipboard Isolation System (SIS), facilitating discussions on current and future needs while gathering market research on existing technologies. These systems are critical for providing safe transport and isolation of individuals with highly contagious infectious diseases (HCIDs) in various environments, including field and shipboard settings. Interested participants must register via the Joint Enterprise Technology Tool (JETT) by January 28, 2026, with foreign attendees required to register by January 8, 2026. For further inquiries, contact Peter W. Stahley at peter.w.stahley.civ@army.mil or Dan Adams at dan.l.adams2.civ@mail.mil.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.