Vehicle/Equipment Agricultural Sanitization VTARNG
ID: W912LN-25-Q-A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N4 USPFO ACTIVITY VT ARNGCOLCHESTER, VT, 05446-3099, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 25, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 15, 2024, 12:00 AM UTC
  3. 3
    Due Nov 26, 2024, 3:00 PM UTC
Description

The Department of Defense, specifically the Vermont Army National Guard (VTARNG), is seeking qualified contractors to provide agricultural sanitization services for military equipment at two sites in Colchester, Vermont. The primary objective is to sanitize various military assets using a 1% solution of Virkon-S, ensuring effective control of agricultural bacteria, viruses, fungi, and plant pathogens during a specified performance period from January to February 2025. This contract is a total small business set-aside under NAICS code 561710, emphasizing the importance of compliance with federal regulations and the opportunity for small businesses to engage in government contracts. Interested parties must submit their quotes by November 26, 2024, and can direct inquiries to Kimberly Swasey or James A. Belaski via the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Nov 15, 2024, 8:54 PM UTC
The document details inventory data for military vehicles and equipment, specifically focusing on a range of models, serial numbers, dimensions, weights, and their respective purposes. It includes information on various types of vehicles such as trucks, trailers, ambulances, and generators, categorized under different specifications. The inventory records cover usage details, dimensions like height, width, length, and weight, emphasizing the operational capacity and functionality of each unit. Additionally, it lists the total count of non-rolling pieces and other trailer categories at a facility in Colchester, showing a comprehensive overview of logistics assets available for military operations. This structured format serves as an essential resource for logistical planning and inventory management within government RFPs and grants related to military supplies and transportation logistics.
Nov 7, 2024, 11:33 PM UTC
The document outlines a comprehensive inventory of military equipment and assets located primarily in Colchester and Jericho. It includes specific details such as location codes, item descriptions, identification numbers (Item ID, Serial #), and physical dimensions including height, width, length, and weight. The inventory encompasses a variety of equipment types, including various trucks, trailers, generators, and repair systems. Notably, items like the "HEMTT Wrecker," "Generator Set," and “Ambulance” are mentioned with their corresponding specifications. The main purpose of this document is to provide a detailed catalog of military equipment for potential federal RFPs and grants, aiding in logistical planning, procurement, or inventory management. Each entry categorizes assets for ease of access, possibly facilitating grants or proposals for needed upgrades or replacements. The structured format of the document, listing items systematically along with their specifications, supports efficient tracking and assessment for government requisition processes. This ensures that military resources are managed effectively and aligned with operational needs.
Nov 7, 2024, 11:33 PM UTC
The document provides an inventory of equipment totals for two locations, Colchester and Jericho, as part of a government-related inventory assessment. In Colchester, the inventory includes 55 containers and non-rolling pieces, 24 flat racks, 36 vehicle trailers, and 87 vehicles, summing to a total of 202 items. The Jericho inventory lists 42 vehicle trailers, 86 vehicles, 1 generator, and 2 tracked vehicles, leading to a total of 131 items. This breakdown serves as a resource for planning and organizing equipment for governmental projects, potentially aligning with federal requests for proposals (RFPs), grants, or local initiatives, ensuring efficient distribution and oversight of assets at these sites. The document's structured model aids in quick referencing of available equipment quantities, which is vital for operational readiness and strategic deployment in future governmental operations.
Nov 15, 2024, 8:54 PM UTC
Nov 7, 2024, 11:33 PM UTC
Nov 15, 2024, 8:54 PM UTC
The document pertains to the Request for Proposal (RFP) W912LN-25-Q-A001, focusing on agricultural sanitization services required by the Vermont Army National Guard (VTARNG). It clarifies that this is a new requirement without an incumbent contractor. Key areas addressed include the contractor's responsibilities for obtaining necessary licenses and permits, managing waste disposal per environmental regulations, and insurance requirements. The VTARNG specifies that sanitization will only involve the agricultural aspect, excluding any detailing services or existing wash requirements. There is a set throughput limit for processing vehicles, which can be exceeded depending on quality maintenance capabilities. Additionally, the document outlines the technical aspects of the water supply available for operations, specifically detailing pressure and flow rates from hose bibs. The last day for inquiries was set for November 14, 2024, ahead of the proposal due date on November 26, 2024. This document serves to clarify requirements and expectations for prospective bidders as part of the acquisition process for government services.
Nov 7, 2024, 11:33 PM UTC
The file titled "W912LN-25-Q-A001 Vehicle/Equipment Agricultural Sanitization VTARNG" provides a Q&A session regarding a new contract for agricultural sanitization services for the Vermont Army National Guard (VTARNG). The key points noted include that it is a new requirement without an incumbent contract. Contractors must comply with various regulatory requirements, including obtaining necessary licenses and maintaining proper insurance. The Government will handle the washing of vehicles before sanitization, which does not allow for post-application rinses or added services outside of the stated scope. Questions regarding site visits were met with a directive to refer to a provided PowerPoint for location details, emphasizing that the contractor must adhere strictly to the project's performance schedule. The document primarily serves to guide potential bidders in submitting compliant proposals and clarifies expectations surrounding the sanitization services.
The document is a Request for Quotes (RFQ) regarding the agricultural sanitization of military equipment, primarily issued to small businesses under solicitation number W912LN-25-Q-A001. The solicitation aims to secure services for the spraying of military equipment with a specific solution (1% Virkon-S) to prevent the transmission of harmful agricultural pathogens. The performance period is divided into three phases: mobilization (January 13-14, 2025), sanitization operations (January 15 - February 14, 2025), and cleanup (February 15-25, 2025). The RFQ emphasizes that 100% of the contracts are set aside for small businesses, with a size standard of $17.5 million under NAICS Code 561710. Offerors are instructed to submit representations and certifications along with their bids, and a series of federal acquisition clauses apply to the contract. The solicitation also detailed specific safety and operational conditions, including the submission of questions about the proposal by a set deadline. Contact details for the contracting officer and specialist are provided for clarifications. This document aligns with federal acquisition processes, underscoring the government's commitment to supporting small businesses while ensuring compliance with statutory regulations.
This document outlines a Request for Quotes (RFQ) related to the agricultural sanitization of military equipment, issued under solicitation number W912LN-25-Q-A001. The combined synopsis specifies that the work involves using a 1% solution of Virkon-S for sanitizing various military assets at two sites in Vermont, with a performance period segmented into mobilization, operational sanitization, and cleanup phases between January and February 2025. It emphasizes the 100% small business set-aside, stipulating a size standard of $17.5 million and designating the applicable NAICS code as 561710. Contractors must submit quotes and provide responses to inquiries by specified deadlines, with incorporated clauses detailing evaluation criteria, terms, and compliance obligations. The document lists numerous compliance requirements linked to federal statutes, indicating a structured approach to ensuring accountability and regulatory adherence. Overall, this RFQ is designed to ensure efficient procurement processes for sanitizing military equipment while fostering opportunities for small businesses.
Nov 15, 2024, 8:54 PM UTC
The document pertains to various federal and state/local grant proposals and requests for proposals (RFPs) revolving around funding initiatives and project planning. It emphasizes the stringent guidelines and requirements necessary for securing grants and successfully navigating the RFP process. The document contains detailed criteria ranging from eligibility to application procedures, including necessary documentation, deadlines, and evaluation metrics for submitting proposals. Key aspects include an overview of funding opportunities, instructions on crafting competitive proposals, and insights into agency priorities that influence funding decisions. The document advocates for transparency, collaboration, and adherence to government regulations to ensure compliance and prioritize community impact. Furthermore, it outlines important aspects of grant management, including reporting requirements and the significance of ongoing communication with funding agencies throughout project implementation. By offering insight into best practices and common pitfalls in the RFP process, the document serves as a crucial resource for entities seeking to leverage government funding for their initiatives. This comprehensive guide is essential not only for organizations looking to apply for grants but also for those aiming to understand the broader fiscal landscape associated with federal and state funding opportunities.
Nov 7, 2024, 8:45 PM UTC
The document outlines specific logistical details regarding wash racks with hose bibs located at two military sites in Colchester, Vermont: Camp Johnson and the Ethan Allen Firing Range. At Camp Johnson, the wash rack is situated near Building 2910, with road distance noted as 1/5-mile, and it mentions existing hose bibs on the north and east sides of Building 2. The Ethan Allen Firing Range details two buildings, specifically CHP Buildings 3 and 4, located on Brian's Alley, with the wash rack for Building 6 positioned behind a pressure washer and a road distance of 1/10-mile. This file appears to serve as a reference for maintenance or operational needs in relation to water supply and washing facilities for vehicles or equipment at the described sites, indicating a potential requirement for contractors to provide relevant services or renovations under government procurement processes. The report emphasizes the accessibility and existing infrastructure, crucial for any bidding teams responding to related RFPs or grants.
The document pertains to a request for proposal (RFP) related to Camp Johnson in Colchester, Vermont, specifically concerning the construction of a vehicle wash rack equipped with hose bibs. The location is identified as Building 2910, with mention of existing hose bibs situated on the north and east sides of Building 2, which are crucial for the intended washing facility. The precise location is established as 44 Veterans Road, Colchester, VT, with an additional note providing a road distance reference of 1/5-mile. This RFP is likely part of planned upgrades or maintenance efforts associated with federal military installations, focusing on facility enhancements to accommodate operations that require water access for equipment cleaning. The overall aim emphasizes infrastructural improvement in support of military functions while ensuring adequate regulation and operational feasibility.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Grounds Maintenance Services, North Springfield Lake and the Upper Connecticut River Basin, VT
Buyer not available
The U.S. Army Corps of Engineers - New England District is soliciting proposals for Grounds Maintenance Services at North Springfield Lake and the Upper Connecticut River Basin in Vermont. The procurement requires vendors to provide all necessary equipment, materials, labor, and transportation to maintain designated areas, with a total award amount of $9,500,000. This contract is crucial for ensuring the upkeep of the grounds, adhering to safety and environmental regulations, and promoting small business participation. Interested parties must submit their offers by April 21, 2025, at 2:00 PM Eastern time, and can direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Sanitation Support at Camp Navajo, AZ June 2025
Buyer not available
The Department of Defense, through the Nevada Army National Guard, is soliciting quotes for sanitation support services at Camp Navajo in Bellemont, Arizona, scheduled for June 2025. The procurement involves providing portable sanitation facilities, including restrooms and handwashing stations, for two separate military training events: one for the 240th Engineering Company from June 1-8 and another for the 1864th Medical Company Team from June 17-26. This initiative is crucial for maintaining hygiene and sanitation standards during military operations, ensuring the health and readiness of personnel. Interested small businesses must submit their quotes by April 22, 2025, to Gregory P. Kothman at gregory.p.kothman.civ@army.mil, with a focus on compliance with solicitation requirements and competitive pricing.
Synopsis, III Armored Corps Agricultural Sanitation (AGSAN) Multiple Award Task Order Contract (MATOC)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the III Armored Corps Agricultural Sanitation (AGSAN) Multiple Award Task Order Contract (MATOC) to ensure military equipment meets foreign customs inspection requirements. The contractor will be responsible for the containment, collection, and disposal of hazardous and non-hazardous wastes generated during the sanitation process, adhering to environmental standards and safety regulations. This contract is crucial for maintaining operational readiness and compliance with sanitation standards during military deployments. The government anticipates soliciting this requirement in mid-April 2025, with performance expected to begin in late May 2025. Interested parties can contact Travis E. Engle at travis.e.engle.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@army.mil for further information.
Pesticide
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for pesticide products through a Combined Synopsis/Solicitation. This procurement is set aside for small businesses and aims to acquire pest control agents and disinfectants, categorized under the NAICS code 325320. The products are essential for maintaining operational readiness and ensuring a pest-free environment for military facilities. Interested vendors should reach out to Kevon Williams at kevon.d.williams2.civ@army.mil or by phone at 270-461-3884, or contact Henry Ingram at henry.l.ingram4.civ@army.mil or 270-798-2649 for further details regarding the solicitation and submission process.
Portable Toilets & Washing Stations
Buyer not available
The Department of Defense, specifically the Connecticut Army National Guard (CTARNG), is seeking proposals for the provision of portable toilets, handwashing stations, and wastewater holding tanks to support annual training activities at Fort Drum, New York. The contract requires the delivery, servicing, and removal of 40 portable toilets, 15 handwashing stations, and four wastewater holding tanks, with specific cleaning and maintenance schedules outlined for the duration of the training from May 30 to June 11, 2025. This procurement is critical for ensuring sanitary conditions for approximately 250 soldiers operating in a field environment where traditional sanitation services are unavailable. Interested vendors must submit their quotes by April 16, 2025, at 2:00 p.m. Eastern Time, and can direct inquiries to Leslie Fedler at leslie.a.fedler.civ@army.mil.
Big Dry Arm, Fort Peck Lake Recreation Grounds and Facility Cleaning/Janitorial Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for janitorial services at the Big Dry Arm Recreation Grounds located at Fort Peck Lake, Montana. The contract encompasses a range of cleaning and maintenance tasks, including litter pickup, garbage removal, restroom sanitation, and ground maintenance, to ensure the facilities are safe and well-maintained for public use. This initiative highlights the federal government's commitment to maintaining recreational facilities effectively, particularly during varying seasonal usage patterns. Interested contractors must submit their quotes electronically by 2:00 PM CT on April 15, 2025, and should direct inquiries to Marc Proietto or Daniel D. Monahan via the provided email addresses.
Hand Pulling Milfoil, North Hartland Lake, N. Hartland, VT and North Springfield Lake, Perkinsville, VT
Buyer not available
The U.S. Army Corps of Engineers – New England District is issuing a presolicitation notice for a contract focused on hand-pulling Eurasian watermilfoil at North Hartland Lake in North Hartland, VT, and Stoughton Pond in Perkinsville, VT. The project requires the contractor to provide all necessary labor, equipment, and transportation for the removal of this invasive aquatic plant, with specific restrictions against snorkeling or SCUBA diving during the operation. This procurement is crucial for maintaining the ecological balance of the lakes and ensuring recreational safety, and it is set aside for small business vendors under NAICS code 541990, with a size standard of $19.5 million. Interested vendors must have an active registration in SAM.gov at the time of submission, and the solicitation documents will be available online around April 9, 2025; inquiries during the presolicitation phase will not be addressed.
Chemical Latrines & Pumping
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is soliciting quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement involves the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from various septic systems and grease traps, with a focus on maintaining environmental compliance and sanitation standards. This contract is crucial for ensuring hygiene in military operations and public venues, reflecting the government's commitment to maintaining operational efficiency and safety. Interested small businesses must submit their quotes by May 13, 2025, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
6515--NX EQ Disinfectors: Liquid Germicide: Flexible Scope (AERs) (VA-25-00025497)
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for a combined synopsis/solicitation for the procurement of Liquid Germicide Disinfectors: Flexible Scope (AERs) under solicitation number 36C10G25R0018. The objective is to establish a single requirements contract for equipment that standardizes and automates the reprocessing of endoscopes, ensuring safety and compliance with reprocessing protocols while minimizing personnel exposure to harmful chemicals. These disinfectors are crucial for maintaining high standards of hygiene in VA medical facilities, supporting the health and safety of patients and staff. Proposals are due by May 5, 2025, and interested offerors must contact Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
Recreation Area Janitorial Services, Indian Hollow Campground, Knightville Dam, Chesterfield, MA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at the Indian Hollow Campground located in Chesterfield, MA, for the year 2025. The contract requires the provision of labor, equipment, materials, and transportation to maintain cleanliness in one Comfort Station Restroom and Shower Facility, which includes separate male and female areas. This procurement is crucial for ensuring high hygiene standards and a pleasant experience for visitors to the campground. Interested vendors must have an active registration in SAM.gov at the time of submission, and the procurement is set aside for small businesses under NAICS code 561720, with a size standard of $22 million. For further inquiries, potential bidders can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.