SMALL BUSINESS SET-ASIDE FOR Canada Goose management through the use of trained canines at the United States (U.S.) Army Garrison Adelphi Laboratory Center (ALC). The project includes nest management.
ID: W911QX-25-Q-0034Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Environment, Conservation and Wildlife Organizations (813312)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER WILDLIFE MANAGEMENT (F019)

Set Aside

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

    The Department of Defense is soliciting proposals from small businesses for the management of the Canada Goose population at the U.S. Army Garrison Adelphi Laboratory Center (ALC) in Maryland, utilizing trained canines and including nest management services. The contractor will be responsible for addressing health hazards associated with goose droppings and aggressive behavior during nesting seasons, with core objectives including site aversion and egg addling services. This procurement emphasizes effective wildlife management in alignment with federal environmental goals, with bids due by February 19, 2025, and the contract potentially extending from March 2025 to October 2029. Interested parties can contact Swati Jain at swati.jain2.civ@army.mil or Alex Gilliam at alex.p.gilliam.ctr@army.mil for further details.

    Files
    Title
    Posted
    The document outlines the procedures for evaluating offers in response to a government solicitation, in alignment with FAR regulations. It highlights that a comparative evaluation will be conducted, comparing all offers using an itemized approach to determine which provides the greatest benefit to the Government. While the lowest priced offeror may be awarded if they meet minimum requirements, the Government retains the discretion to choose a higher priced option that surpasses these requirements if it proves more advantageous. To be eligible for consideration, offers must align with the specified minimum technical requirements. Three main evaluation factors will be assessed: Technical capability, Past Performance, and Price, without indicating a specific order of importance. This summarized approach establishes a framework for fairness and transparency in government contracting processes, ensuring selected proposals align closely with governmental needs.
    The document outlines the provisions and clauses relevant to a federal contracting action by the U.S. Army. It includes contact information for the contracting specialists, specifies that the contract is of the Firm Fixed Price (FFP) type, and details the payment and invoicing procedures. Contractors are required to submit invoices to a designated email, ensuring all necessary information is included, such as contract numbers and billing details. The document emphasizes government oversight of contractor activities, including inspection locations and employee identification. It covers constraints on contractor employees, ensuring they do not assume roles typical of federal personnel. The implementation of the Army Contract Writing System is also addressed, with guidance on potential changes in documents due to software transitions. Furthermore, the document includes clauses concerning the representation and rights of former DoD officials, procurement conditions regarding domestic materials, and restrictions on certain foreign business operations. Overall, it establishes compliance protocols for contractors while maintaining clarity on contractual obligations and payment procedures.
    The Performance Work Statement (PWS) outlines requirements for Canada goose management at the Adelphi Laboratory Center (ALC) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and services to manage the Canada goose population, specifically addressing health hazards from goose droppings and aggressive behavior during nesting seasons. Core objectives include site aversion using trained canines and egg addling services. The contractor must conduct regular site visits, comply with state and federal regulations regarding bird management, and document treatment data for nests. Performance will be evaluated based on the absence of geese over a seven-day period during the contract, which runs from February to October, with potential for four additional years of service. Key personnel must maintain control and supervision over their operations and adhere to all security and operational protocols within ALC. Overall, the PWS highlights the importance of effective wildlife management to ensure safety and maintain facility operations, aligning with wider federal intentions to address environmental impacts within government installations.
    The solicitation W911QX25Q0034 entails a small business set-aside for managing the Canada Goose population using trained canines at the U.S. Army Garrison Adelphi Laboratory Center (ALC), including nest management services. Bids are to be submitted by February 19, 2025, with the contract structured into multiple line items and options, extending from March 2025 to October 2029. The procurement follows a tiered evaluation of offers, initially prioritizing small businesses, and may convert to full competition if no acceptable bids are received. Offers will be evaluated based on price, technical capabilities, and past performance. Compliance with various provisions and clauses, including socioeconomic categories, is required, emphasizing the progression toward sustainable business practices within procurement. The place of performance will be at the U.S. Army Research Laboratory in Adelphi, MD, underscoring the military's commitment to effective wildlife management while navigating regulatory and environmental considerations.
    The document outlines Wage Determination No. 2015-4281, issued by the U.S. Department of Labor under the Service Contract Act, which mandates minimum wage rates for federal contracts. Effective January 30, 2022, contractors must pay covered workers a minimum of $17.20 per hour as per Executive Order 14026 for new contracts or contract renewals. For contracts awarded between January 1, 2015, and January 29, 2022, a rate of $12.90 per hour under Executive Order 13658 is required unless higher rates are specified in the wage determination. The document specifies applicable wage rates for various occupations across Washington, D.C., and select counties in Maryland and Virginia, providing detailed figures for both hourly wages and required fringe benefits, including health and welfare. The guidelines also explain requirements concerning paid sick leave under Executive Order 13706. This Wage Determination serves as crucial information for contractors and subcontractors engaged in federal contracting, ensuring compliance with wage-related regulations and protecting worker rights. Importantly, it underscores the government's commitment to fair labor standards within its contracts.
    Similar Opportunities
    Pest Control Netting
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of pest control netting at Joint Base San Antonio (JBSA) Lackland, Texas, to support the 37th Training Support Squadron. The project aims to install heavy-duty bird netting to mitigate issues related to birds, rodents, and reptiles at the Combat Arms Training and Maintenance Weapons Main Cleaning Area of Building 952. This procurement is crucial for maintaining a safe and functional environment at the facility, ensuring compliance with pest management standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by February 27, 2025, to the designated contacts, and are encouraged to attend a site visit to better understand the project requirements outlined in the Statement of Work dated November 18, 2024.
    Veterinary Services
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals for veterinary services to support the Walter Reed Army Institute of Research and the Naval Medical Research Center. The contract, which is a Total Small Business Set-Aside, aims to provide comprehensive animal husbandry and veterinary services over a five-year period, from March 15, 2025, to March 14, 2030, with options for renewal. These services are critical for maintaining high standards of animal care and regulatory compliance in support of military medical research. Interested parties must submit their proposals by February 26, 2025, at 2:00 PM Eastern Time, and can direct inquiries to John Fitzsimmons at john.l.fitzsimmons8.civ@health.mil or Jennifer Jackson at jennifer.c.jackson18.civ@health.mil.
    Spring Chinook salmon spawning surveys above Green Peter Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking qualified contractors to conduct spawning surveys of Spring Chinook salmon above Green Peter Dam in Oregon. The contract, which is a firm-fixed price for a duration of 12 months, requires the contractor to provide personnel, equipment, and materials necessary for conducting comprehensive surveys, including carcass sampling and the delivery of detailed reports. This project is crucial for assessing salmon abundance, distribution, and spawning behavior, particularly in Quartzville Creek and the Middle Santiam River, with results to be reported monthly to the contracting officer’s representative. Interested parties should contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil for further details, with a final report and presentation due by April 30, 2026.
    R--PR-PR -Security and Surveillance of the Puerto Ric
    Buyer not available
    The U.S. Department of the Interior, through the Fish and Wildlife Service, is soliciting proposals for security and surveillance services at the Maricao Fish Hatchery in Puerto Rico, specifically aimed at protecting the endangered Puerto Rican parrot population. The contractor will be responsible for providing armed security personnel to prevent theft and vandalism, particularly during nighttime hours from 4:00 PM to 7:00 AM, with a contract duration of one base year starting March 1, 2025, and four optional renewal years. This procurement underscores the government's commitment to wildlife conservation and the protection of endangered species, ensuring a secure environment for critical conservation efforts. Interested vendors must submit their offers by February 24, 2025, and can direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    NEW 5 YEAR PEST CONTROL SERVICES
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a five-year pest control services contract to be performed at various facilities within the South Florida Operations Office, primarily located in Jacksonville, Florida. The contract requires comprehensive pest management services, including monthly treatments and as-needed services for common pests such as ants, roaches, and rodents, ensuring compliance with safety and environmental regulations. This procurement is crucial for maintaining operational efficiency and ecosystem management across government facilities, with a total contract value previously noted at $320,700. Interested small businesses must submit their proposals by February 28, 2025, and can direct inquiries to Glenn Jenkinson at glenn.i.jenkinson@usace.army.mil or Gerald L. Garvey at Gerald.L.Garvey@usace.army.mil.
    Invasive Species Control Services - Amendment 0002
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Invasive Species Control Services at USAG Okinawa, Japan, under contract FA527025Q0005. The procurement aims to manage and control invasive species from fiscal year 2025 through fiscal year 2029, ensuring compliance with environmental regulations and protecting critical habitats. This initiative is crucial for maintaining ecological balance and mitigating the impacts of invasive flora and fauna on military installations. Interested vendors must submit their quotes by February 28, 2025, and can direct inquiries to Nina Wickwire at nina.wickwire.2@us.af.mil or Martin Almazan at martin.almazan@us.af.mil, with a total contract value capped at $300,000.
    Amendment 0004 - Global Protective Services (GPS)
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island, is soliciting proposals for the Global Protective Services (GPS) contract, which encompasses security guard and patrol services under an Indefinite Delivery Indefinite Quantity (IDIQ) framework. This procurement aims to enhance U.S. Government peace and stability initiatives by providing armed and unarmed security services in areas affected by conflict, requiring contractors to maintain compliance with international regulations and host nation laws. Interested offerors must submit their proposals electronically by March 3, 2025, with questions due by February 18, 2025; the total ceiling for this contract is approximately $10.33 billion over ten years. For further inquiries, contact Anthony Patera at anthony.m.patera.mil@army.mil or Eric Jackson at eric.m.jackson56.civ@army.mil.
    Animal Control Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE Animal Control Services at Fort Drum, NY. This service is typically used for retrieving and sheltering recovered animals from the Fort Drum Army Installation, including cat and dog kennels, as well as the humane disposal of sick and injured domestic animals. Interested parties must be registered with SAM under NAICS Code 812910. Initial responses requested within 30 days. Contact Amanda Bellnier at amanda.l.bellnier.civ@mail.mil.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking qualified small businesses for a contract involving the Dredge Material Containment Area (DMCA) and Bird Island mowing and herbicide application for Savannah and Brunswick Harbors in Georgia and South Carolina. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform full mowing and herbicide application in designated areas, with the contract structured as a Firm Fixed Price Award over a five-year period, including one six-month option. This procurement is critical for maintaining the environmental health of the harbors and ensuring compliance with land management practices. Interested parties should prepare for the anticipated solicitation release on or about February 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan A. Aylesworth at Nathan.A.Aylesworth@usace.army.mil.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.