Mobile Vehicle Wash Stations (VWS)
ID: 12639525Q0099Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)

Set Aside

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

    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure 10 Portable Vehicle Wash Stations (VWS) through a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. These wash stations are essential for cleaning and disinfecting vehicles and equipment during foreign and domestic animal disease outbreaks, such as Highly Pathogenic Avian Influenza and African Swine Fever, thereby enhancing biosecurity and mitigating disease spread. Vendors must ensure the VWS are portable, efficient in water usage, and operational in various environmental conditions, with delivery timelines set for 60 days post-contract award. Interested small businesses can contact Linda Washington at linda.w.washington@usda.gov or call 301-357-4973 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotes (RFQ) issued by the USDA for a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply 10 Mobile Vehicle Wash Stations (VWS). These wash stations will be utilized during animal disease outbreaks, such as Highly Pathogenic Avian Influenza and African Swine Fever, to clean potentially contaminated vehicles and equipment, thereby enhancing biosecurity. The contract is designated for small businesses under NAICS code 336322. Bidders must follow simplified acquisition procedures, ensuring their quotes cover all costs for delivery and training, and comply with necessary federal statutes. The VWS must be portable, operational in diverse environmental conditions, and efficient in water usage. Established delivery timelines require the equipment to be functional within 60 days of the contract award. Vendors are expected to offer warranties, conduct on-site training sessions, and provide manuals in both English and Spanish. Overall, the document highlights the USDA's initiative to secure effective resources for rapid response to biological threats, ensuring preparedness and minimizing the risk of disease spread through contaminated vehicles during emergencies.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Virkon Vehicle Treatment PA Army National Guard W912KC26QA004
    Dept Of Defense
    The Department of Defense, specifically the Pennsylvania Army National Guard, is seeking proposals from qualified small businesses to provide pre-deployment agricultural disinfection services for 187 pieces of equipment in compliance with EUCOM requirements. The contractor will utilize Virkon-S at a 1:100 dilution ratio to ensure all equipment is sanitized within a specified period from January 26, 2026, to January 30, 2026, with on-site work limited to five days. This service is critical for maintaining compliance with federal, state, local, and military regulations, ensuring that equipment is free of contaminants before deployment. Interested parties must submit their bids, including proof of SAM registration and a completed SF 1449 form, by the deadline for Requests for Information on December 18, 2025. For further inquiries, contact John M O'Boyle at john.m.oboyle.civ@army.mil or Raymond C Folweiler at raymond.c.folweiler.civ@mail.mil.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    PM and Services for Tecniplast cage washers in Boise ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed price contract to provide preventative maintenance, manufacturer updates, and emergency repair services for an Atlantis RW cage washer at the Boise VA Medical Center's Veterinary Medical Unit. The contractor must demonstrate experience with Tecniplast equipment and ensure the use of OEM replacement parts to maintain the functionality of the newly commissioned cage washer, which is critical for supporting research services at the facility. The contract will span from December 25, 2025, to December 24, 2030, with responses due by 3 PM MST on December 15, 2025. Interested parties should contact Amy Kuczajda at Amy.Kuczadja@va.gov or call 208-429-2018 for further details.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
    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.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Rotary-Wing Commercial Aviation Services in Illinois
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to establish a contract for Rotary-Wing Commercial Aviation Services in Illinois, aimed at supporting aerial surveillance of wildlife and telemetry monitoring activities. This procurement will result in a firm fixed price indefinite delivery indefinite quantity contract, with a total small business set-aside under NAICS code 481219, which has a size standard of $25 million. The contract is significant for ensuring effective wildlife management and monitoring in Illinois and surrounding areas, with an anticipated start date of January 1, 2026, and consisting of five twelve-month ordering periods. Interested parties can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, and all responsible sources are encouraged to submit quotations for consideration.
    Reverse Osmosis and Softener Treatment and Data Management System special design
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a market survey to identify qualified small businesses for a proposed procurement of a Reverse Osmosis and Softener Treatment and Data Management System. The objective is to assess the availability and capability of small businesses, including those certified as HUBZone, 8(a), Women-Owned, or Service-Disabled Veteran-Owned, to meet specific minimum specifications related to water treatment and management. This procurement is crucial for ensuring effective water treatment processes at the ARS facility in Manhattan, KS. Interested parties are encouraged to submit a Capabilities Statement by December 16, 2025, to Kelly Wright at kelly.wright@usda.gov, as the government will use the responses to determine the appropriate acquisition method.