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
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Dept Of Defense
    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.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    Synopsis - M334 Decontamination Kit, Individual Equipment
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a firm-fixed price, five-year indefinite delivery indefinite quantity contract for the procurement of the M334 Decontamination Kit, Individual Equipment. This procurement aims to secure an estimated total of 1,319,475 units, with a minimum guaranteed quantity of 33,960 units, which are essential for military decontamination operations. The solicitation, identified as W912CH-25-R-0078, is expected to be released within the next two months, and interested parties are encouraged to monitor SAM.gov for updates and amendments. For inquiries, potential bidders can contact Contract Specialist Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4 sanitizer, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has been deemed non-operational after years of temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period spanning from February to March 2026, and interested vendors must submit their quotes by December 15, 2025, at 9 A.M. EST. For further inquiries, vendors can contact Timothy Ford or Sean Hoy via email at timothy.s.ford@uscg.mil and sean.w.hoy@uscg.mil, respectively.
    Request for Information (RFI) - Germ Free Service
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is conducting a Request for Information (RFI) for Germ Free Services to support Global Field Medical Laboratories (GFML). The procurement aims to establish a five-year service contract for the maintenance and calibration of critical equipment, including fume hoods, biosafety cabinets, filtration systems, and glove boxes, ensuring their operational readiness in response to CBRNE threats. These services are vital for maintaining compliance with safety standards and ensuring the functionality of medical assets used in field operations. Interested contractors are encouraged to submit their responses electronically, including detailed company and product information, by the specified due date, with inquiries directed to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.