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.