Falconry Services at MCRD San Diego, CA.
ID: N6247325Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Exterminating and Pest Control Services (561710)

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, through the Naval Facilities Engineering Command Southwest, is seeking qualified contractors to provide falconry services at the Marine Corps Recruit Depot (MCRD) in San Diego, California. The procurement involves managing nuisance wildlife, specifically seagulls, through bird hazing activities, requiring contractors to supply all necessary labor, materials, equipment, and transportation as outlined in the Performance Work Statement. This initiative is crucial for maintaining a safe training environment by effectively managing wildlife interactions at the facility. Proposals are due by March 25, 2025, with the contract set to begin on April 1, 2025, and lasting for five years, including four optional extension periods. Interested parties should direct inquiries to Veolette Nasrawi or Gina Watson via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a Request for Proposal (RFP) for falconry services at the Marine Corps Recruitment Depot (MCRD) in San Diego, CA. This Firm-Fixed-Price contract encompasses one base period from April 1, 2025, to March 31, 2026, and includes four optional extensions, each lasting one year. The contractor is responsible for providing labor, materials, equipment, and transportation necessary for these services, including bird harassment activities to manage nuisance wildlife effectively. The pricing schedule outlines specific tasks across various periods (CLINs 0001 to 0005), highlighting that the contractor must perform an initial recurring service over 30 days, supplemented by an additional 24 service calls that may be scheduled at their discretion, all adhering to the Performance Work Statement (PWS). The contract aims to ensure the effective management of wildlife around the facility, aligning with government standards and procedures. Overall, the document serves as a formal solicitation for contractors to deliver specified falconry services while emphasizing the importance of compliance and operational readiness in public safety initiatives.
    The RFQ No. N6247325Q0003 outlines a requirement for falconry services at the Marine Corps Recruitment Depot (MCRD) in San Diego, CA, aimed at managing nuisance birds, specifically seagulls. The contractor will provide all necessary tools, equipment, and labor to conduct hazing activities over an initial period of 30 consecutive days, followed by 24 additional service calls throughout the performance term, ultimately spanning five years. Key responsibilities include utilizing authorized bird species, developing a bird deterrent plan within seven days of contract award, and coordinating with the San Diego Airport Authority. Contractors must maintain records, adhere to safety protocols, and comply with state and federal regulations. The contract is a firm-fixed-price agreement beginning on April 1, 2025, and requires contractor identification to be worn while on the installation. Overall, this initiative highlights the Marine Corps’ commitment to maintaining a safe training environment by effectively managing wildlife interactions at the facility.
    The document is a Request for Quote (RFQ) for Falconry Services at the Marine Corps Recruit Depot in San Diego, CA. It outlines that the government will award a Firm-Fixed-Price contract, fully set aside for competitive small businesses, with a base period starting on April 1, 2025, lasting one year, and four optional extension years totaling five years. Proposals must be submitted by March 25, 2025, 11:00 AM PDT, via email, requiring adherence to a specified price submission format. The evaluation will be based solely on price, ensuring fairness in proposals encompassing both base and option periods. Potential contractors must visit the site upon request to understand work conditions and risks, and address any inquiries through the provided points of contact. Registration in the System for Award Management (SAM) is mandatory using the NAICS code 561710. Furthermore, the contract mandates compliance with the Service Contract Act Wage Determination for minimum wage. This RFQ exemplifies standard processes for government solicitations, emphasizing the importance of compliance, thorough preparation, and detailed understanding of project scope and site conditions for successful bidding.
    This document outlines essential clauses for government contracts, specifically addressing federal requests for proposals (RFPs) and grants. The key focus is on compliance with established regulations, including terms concerning ethics in contracting, subcontractor limitations, and government obligations. It includes clauses related to contractor responsibilities, such as the prohibition against contingent fees, maintaining the integrity of contractor personnel, and the need for reporting executive compensation and subcontract awards. The text also delineates specific requirements for small business participation, obligations to adhere to labor standards, and the contractor's duties regarding payments and invoicing through the Wide Area Workflow (WAWF) system. It emphasizes the importance of maintaining documentation for audits and outlines penalties for non-compliance with federal laws regarding contracting standards, employee rights, and environmental regulations. Overall, this document serves as a comprehensive guideline to ensure that contractors adhere to federal regulations while engaging in government contracts, thereby promoting transparent and fair practices in federal procurement processes.
    The document outlines the Request for Information (RFI) and clarification requests for the solicitation N62473-25-Q-0003, which pertains to falconry services at Marine Corps Recruit Depot (MCRD) San Diego, California. It provides a structured format for contractors (KTR) to submit their queries regarding various aspects of the proposal, including outdated references, conflicting information, missing attachments, clarification of intent, typographical errors, and other unspecified issues related to the RFP sections. The KTR is instructed to fill out specific sections including the RFI number, RFP parts, sub-sections, and relevant comments or clarity reasons related to the proposal. This form facilitates communication between bidders and the government, ensuring transparency and efficient resolution of questions, which is essential in the procurement process. This framework supports the government's objective of securing qualified service providers for the designated falconry services while promoting clarity and compliance with the RFP requirements.
    The document outlines a solicitation for Falconry Services at the Marine Corps Recruit Depot in San Diego, California, under solicitation number N62473-25-Q-0003. It is a Request for Quotation exclusively for Small Businesses within the NAICS code 561710, designated for exterminating and pest control, with a size standard of $17.5 million. Interested contractors must be registered as Small Businesses in SAM.gov to qualify. The service contract requires labor, equipment, and other necessary provisions, with a base performance period starting April 1, 2025, and lasting five years, including four option periods. Quotations are due by March 25, 2025. The submission process necessitates emailing the Contract Specialist and adhering to formatting requirements. Inquiries regarding the solicitation must be received by March 18, 2025, and responses will be published on SAM.gov. This document serves as a formal announcement for potential vendors regarding eligibility, requirements, and submission procedures for this government contract.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Avian Data Support for the Department of Defense
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Engineer Research and Development Center, is seeking to negotiate a sole source contract with Duran Environmental Consulting, LLC for Avian Data Support services. The primary objective of this procurement is to provide non-personal services to organize and maintain training for the Avian Knowledge Network (AKN), which is mandated for use across all military services to support informed decision-making regarding species health and conservation measures. Interested parties are invited to submit capability statements, including pricing, by 2:00 PM Central Time on March 21, 2025, to the designated contacts, Crystal North and Sonia Boyd, via email. There are no set-aside restrictions for this opportunity, and the procurement falls under NAICS code 813312 with a small business size standard of $19.5 million.
    F/A-18 Aircraft Maintenance Stand, Full-Wrap
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from small businesses for the construction and installation of a Full-Wrap Maintenance Stand for F/A-18 aircraft, as outlined in solicitation number N00244-25-R-0025. The stand must be lightweight, customizable, and compliant with OSHA safety standards, featuring removable guardrails, anti-slip surfaces, and storage solutions for tools and maintenance equipment, to facilitate efficient access to various aircraft components. This procurement is critical for enhancing naval aviation maintenance operations, ensuring safety and functionality in support of military readiness. Interested parties must submit their proposals by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or 619-556-9627 for further information.
    S--CO NATL BLCK-FTD FERRET CONSERV CT - Trash Removal
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking contractors for a five-year Blanket Purchase Agreement (BPA) focused on trash removal services at the National Black-footed Ferret Conservation Center in Carr, Colorado. The primary objective is to ensure bi-weekly removal of waste, including animal waste and general trash, from designated containers to support the Center's conservation efforts for the endangered black-footed ferret. This procurement is crucial for maintaining a clean environment that facilitates the breeding and reintroduction of ferrets into the wild, with a strong emphasis on compliance with federal regulations and environmental standards. Interested vendors must submit their quotes by March 21, 2025, to the designated contracting officer, Dana Arnold, at danaarnold@fws.gov, with the BPA set to commence on March 28, 2025.
    S--FWS PUERTO RICAN PARROT ESFO SECURITY
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for security and surveillance services for the Puerto Rican Parrot Recovery Program at the Iguaca Aviary in Rio Grande, Puerto Rico. The procurement involves providing unarmed guard services over a specified number of hours per week, with a contract structured for a base year and four optional years, aimed at safeguarding the endangered Puerto Rican parrots from theft, vandalism, and harm. This initiative underscores the importance of wildlife protection and conservation efforts, while also promoting small business participation in federal contracting, as the solicitation is a 100% Small Business Set-Aside. Interested vendors must submit their quotes and any inquiries to Contract Specialist Lee Ann Riley by March 19, 2025, at 3:00 PM EDT, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Marine Corps Base Camp Pendleton (MCBCP) Base Operations Support Contract (BOSC)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the Base Operations Support Contract (BOSC) at Marine Corps Base Camp Pendleton (MCBCP) in California. This contract aims to provide comprehensive maintenance and service support for base operations, which are critical for ensuring the effective functioning of military facilities. The services required under this contract fall under the Facilities Support Services category, specifically focusing on housekeeping and operational support. Interested small businesses are encouraged to reach out to the primary contact, Courtney Severino, at courtney.w.severino.civ@us.navy.mil or by phone at 619-705-5473, or the secondary contact, Abigail Ferdon, at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935, for further details regarding the solicitation process.
    Develop and Approve DSF package for SUBPAC Stand Alone Seabird System
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking services to develop and approve a Departure from Specifications (DFS) package for the Submarine Pacific/Arctic Operations. The services will support the Arctic Submarine Laboratory (ASL) in planning, preparing for, and conducting submarine operations in the Pacific/Arctic region. The contractor will research, develop, and have a DFS for modifying a NAVSEA approved TempAlt package to install a Seabird stand-alone system on several submarines. Interested contractors must submit relevant experience, qualifications, and details by 22 May 2023.
    MWD K-9 Training Area Sun Canopy Robins AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of a sun canopy over the Military Working Dog training area at Robins Air Force Base in Georgia. The project involves procuring and installing a canopy measuring 60' x 90' x 16' H, designed to protect personnel and animals from heat during the summer months, with specific features such as UV protection and resilience against high winds. This initiative is crucial for enhancing the working conditions of military dogs and their handlers, ensuring their safety and comfort during training. Interested small businesses must submit their proposals by March 20, 2025, and are encouraged to direct any questions to Capt. Chris Spina at christopher.spina@us.af.mil, with a project completion timeline of approximately 60 days from the award date.
    MARCH AIR RESERVE BASE TRAFFIC AND PARKING MANAGMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for traffic and parking management services during the Southern California Air Show at March Air Reserve Base (MARB) scheduled for April 10-13, 2025. The contractor will be responsible for guiding inbound and outbound traffic, managing parking zones, and ensuring safety protocols are adhered to, with an expected daily influx of 40,000 to 50,000 vehicles. This service is crucial for maintaining a safe and efficient environment during a high-traffic military public event, which anticipates approximately 500,000 visitors over the duration of the show. Interested parties must submit their proposals by March 13, 2025, at 12:00 PM PST, and can contact Joshua Davidson at Joshua.Davidson.16@us.af.mil or Marissa E Lopez at marissa.lopez.5@us.af.mil for further information.
    F--099 All Other Professional, Scientific, and Technical Service
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for natural resource services at various locations within Naval Facilities Engineering Command, Southwest's area of responsibility. The services include biomonitoring, inventorying, surveying, mapping, and related technical data and reports in compliance with applicable Department of Defense, Department of Navy, and federal, state, and local statutes and regulations. The procurement is a 100% Small Business set-aside with the intent to award no more than four Firm-Fixed Price, multiple award contracts. The contracts will be for a two-year base period and a three-year option period, with a minimum guarantee of $5,000. The aggregate value of task orders issued under the contracts will not exceed $30,000,000. The solicitation will be available electronically and the issue date is expected to be on or about March 19, 2019, with a closing date for receipt of proposals on April 18, 2019. The primary contact for this solicitation is Penny Brown, Contract Specialist.
    USCGC BERTHOLF (WMSL 750) FOLDING BOOM CRANE BIENNIAL MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the biennial maintenance of the folding boom crane aboard the USCGC BERTHOLF (WMSL 750) located in Alameda, California. Contractors are required to perform comprehensive inspections, maintenance, and testing of the cranes from March 31 to May 23, 2025, adhering to established Coast Guard and Society for Protective Coatings guidelines. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, reflecting the U.S. Coast Guard's commitment to maintaining high standards in vessel operations. Proposals are due by March 18, 2025, and interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further information.