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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    VTARNG RTI Full Food Service JAN - JUN 2025
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide full food service support for training courses at the Vermont Regional Training Institute from January to June 2025. The procurement includes delivering hot meals and light cleaning services across multiple periods, with specific quantities outlined for breakfast, lunch, and dinner throughout the contract duration. This opportunity is crucial for ensuring that service members receive adequate nutrition during their training, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their quotes by December 19, 2024, and can direct inquiries to Kathleen O'Neill at kathleen.b.oneill.civ@army.mil or Donald Luby at donald.j.luby.civ@army.mil.
    Grounds Maintenance Services at Townshend Lake, Townshend, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for grounds maintenance services at Townshend Lake in Vermont. The contractor will be responsible for a range of maintenance activities, including mowing, trimming, and invasive species control, aimed at preserving the landscape's aesthetics and safety. This procurement is crucial for maintaining public lands and ensuring compliance with environmental guidelines, with the contract expected to run from the award date through December 31, 2025, with options for two additional years. Interested contractors must submit their bids by March 17, 2025, and can contact Brian Mannion at brian.t.mannion@usace.army.mil or 978-318-8478 for further information.
    Occupational Health Exams for Firefighters
    Buyer not available
    The Department of Defense, specifically the Army, is seeking a contractor to provide Occupational Health Examination Services for firefighters of the Vermont Air National Guard (VTANG). The procurement aims to ensure compliance with National Fire Protection Agency (NFPA) standards and Department of Defense Manual (DoDM) 6055.05, requiring services such as initial and annual physical exams, PFAS lab testing, and timely documentation of medical histories. This contract is crucial for maintaining the health and safety of military firefighters, with a performance period from April 1, 2025, to March 31, 2028, and options for extension. Interested small businesses must submit their quotations by March 7, 2025, and can direct inquiries to Kristen Lucey at kristen.lucey.2@us.af.mil or Felix Awoyemi at felix.awoyemi@us.af.mil.
    San Tank Cleaning and Sanitzation
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotations for the cleaning and sanitization of sanitary tanks aboard U.S. submarines, specifically targeting Sanitary Tanks No. 1 and No. 2, with an option for Tank No. 3. The contractor will be responsible for ensuring compliance with stringent cleanliness standards and safety protocols, including the provision of necessary equipment and adherence to environmental regulations during the cleaning process. This procurement is critical for maintaining operational readiness and safety standards within the Navy's submarine fleet. Interested small businesses must submit their quotations by March 14, 2025, with the performance period projected to begin on October 1, 2025, lasting approximately three months. For further inquiries, potential bidders can contact David Agea at david.a.agea.civ@us.navy.mil or call 207-994-0614.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    Portable Latrines and Hand Wash Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the rental and maintenance of portable latrines and hand wash stations at Fort Gregg-Adams, Virginia. The procurement includes a five-year contract with a phase-in period starting March 1, 2025, followed by a base year and four option years, requiring contractors to provide various types of units, including standard, ADA-compliant, and handwashing stations, while adhering to strict maintenance and quality standards. This initiative is crucial for ensuring sanitation and hygiene in military operations, reflecting the government's commitment to public health and compliance with federal regulations. Proposals are due by March 10, 2025, and interested parties can contact Heather Jarratt at heather.b.jarratt.civ@army.mil or Dr. Regina Givens at regina.n.givens.civ@army.mil for further information.
    Janitorial Services, Recruiting Centers, 11 locations in MA & RI
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for janitorial services across 11 recruiting centers located in Massachusetts and Rhode Island. Contractors will be responsible for delivering comprehensive cleaning services, including daily and monthly tasks, while adhering to federal safety and health regulations, with a contract duration starting April 1, 2025, and options for annual extensions up to three years. These services are crucial for maintaining cleanliness and safety in facilities that support national service operations. Interested vendors should contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324 for further details and to ensure compliance with the submission requirements outlined in the solicitation documents.
    Latrines, Showers, and Hand Washing Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide portable latrines, showers, and hand washing stations at Fort Knox, Kentucky. The procurement aims to establish a reliable sanitation service that includes the rental, servicing, and waste disposal of portable sanitation facilities, ensuring compliance with safety and quality standards. This contract, valued at $9,000,000, is set aside for small businesses, particularly women-owned small businesses, reflecting the government's commitment to enhancing sanitary conditions in military operations. Interested vendors should contact Kristy Mattingly at kristy.n.mattingly.civ@army.mil or 502-624-1493 for further details and adhere to submission guidelines by the specified deadline.
    Grounds Maintenance Services, Thomaston Dam Unit, Thomaston, Goshen, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for grounds maintenance services at several sites in Connecticut, including Thomaston Dam, Northfield Brook Lake, Black Rock Lake, and Goshen Relay Station. The contract requires comprehensive landscaping services such as fine lawn mowing, roadside mowing, and seasonal cleanups, with a performance period from April 1, 2025, to March 31, 2026, and options for two additional years. This initiative underscores the government's commitment to maintaining federal properties while adhering to safety and environmental standards. Interested small businesses, particularly those that are veteran-owned or women-owned, must submit their quotes electronically by March 11, 2025, at 2:00 PM Eastern, and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil for further information.
    Entomology Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from Women-Owned Small Business (WOSB) contractors for the provision of entomology supplies, including specific herbicides such as Triad Select, Ranger Pro, and Bayer Oust XP. The procurement aims to secure these essential pest control agents and disinfectants, which are critical for maintaining operational readiness and environmental safety at Selfridge ANGB in Michigan. The contract includes detailed acceptance and inspection criteria, with a delivery deadline set for September 30, 2025, and emphasizes compliance with federal acquisition regulations, including subcontracting limitations and quality standards. Interested contractors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or by phone at 1-877-933-3243 for further inquiries.