Search Contract Opportunities

182nd Med AGWash

ID: W912SV25QA002 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested, and a written solicitation will not be issued.

The solicitation is issued as a Request for Quote (RFQ); the solicitation number is W912SV-25-Q-A002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-07.

This requirement is issued under a Total Small Business Set Aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under NAICS code 562910 Environmental Remediation Services. The small business size standard is $25M. Interested vendors must certify to the applicable NAICS via their SAM Representations and Certifications. If an interested vendor is not registered to this NAICS, they are encouraged to add this NAICS to the SAM Reps and Certs prior to solicitation close date.

The Massachusetts Army National Guard (MA ARNG) has a requirement for pre-wash and agricultural wash services for equipment in accordance with the specifications outlined in the attached Performance Work Statement (PWS) Attachment 1. The place of performance is at Joint Base Cape Cod, Buzzards Bay, MA 02542.

Quote pricing shall comply with the format in the atached combined synopsis/solicitation document.

The Government will evaluate all quotes in accordance with the submission and evaluation criteria described herein. Quotes should be prepared simply and provide thorough but concise description of capabilities to satisfactorily perform all requirements. Any quote/narratives that merely promises to perform the PWS requirements or restates the requirements without sufficient specific information of the Offeror's capability or approach to perform the work shall be rejected as not responsive to the solicitation.

ADMINISTRATIVE INFORMATION SECTION:

a. A letter, signed by an authorized official of the Offeror, formerly submitting the quote. The Offeror must clearly indicate the company name and address, Cage Code, DUNS number and Point of Contact (POC) information to include name, phone number and email address.

b. Acknowledgement of amendments, if any, to this solicitation.

c. Completed representations and certifications by submitting completed FAR/DFARS Provisions 52.204-24, 52.204-26, 52.212-3, 252.204-7016, and 252.204-7017 found in Attachment 2.

ADDITIONAL REQUIREMENTS AND INFORMATION:

a. As prescribed in FAR 52.204-7, interested parties must have an active System for Award Management (SAM) registration. Representations and certifications must also be on record. These registrations must be done through the System for Award Management (SAM) at https://sam.gov/.

b. Quotes in response to this solicitation shall be submitted VIA E-MAIL ONLY by the date and time indicated in this announcement. Ensure that the e-mail is clearly marked to indicate its contents, including the solicitation number, and the identity of the firm submitting. Multiple quotes shall not be accepted. Quotes may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your quote. Quotes shall be submitted to Timar Sealy at timar.sealy.civ@army.mil and Melissa Melcher at melissa.l.melcher2.civ@army.mil.

**Quotes will only be accepted electronically via the e-mail address provided above. It is the Offeror's responsibility to confirm that their quote submission has been received. The Government shall not reimburse an offeror or interested party for any costs associated with responding to this solicitation.

c. Notice to Offeror(s)/Supplier(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs associated with responding to this solicitation.

d. Questions regarding this solicitation may be emailed to Timar Sealy and Melissa Melcher at the email addresses listed above in paragraph 8. Questions must be received no later than five (5) business days prior to due date for receipt of quotes.

e. ENFORCEABILITY OF QUOTE: The quote must set forth full, accurate and complete information as required by this solicitation. By submission of the offer, the Offeror agrees that all items proposed (if applicable e.g., key personnel, subcontractors, etc.) will be utilized for the duration of the contract and any substitutions shall require prior Contracting Officer's approval.

EVALUATION CRITERIA:

Evaluation criteria will be in accordance with FAR Provision 52.212-2, as described below.

Provision 52.212-2, Evaluation Commercial Products and Commercial Services, applies and specific evaluation criteria to be used are described below:

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

BASIS FOR AWARD: PRICE ONLY

The Contracting Officer may only award a contract to a responsive, responsible Offeror whose quote conforms to the requirements of this solicitation and offers the best overall value to the Government.

Any Offeror's quote that merely offers to perform work according to the terms of the solicitation or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive.

The evaluation shall be conducted utilizing Simplified Acquisition Procedures. In accordance with FAR 13.106- 2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer intends to conduct comparative evaluations of offers. The Government also intends to evaluate responses and award without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

Non-price factors are approximately equal in importance as price. As such, the Government may award to other than the lowest price or most highly evaluated technical quote.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Background
The Massachusetts Army National Guard (MA ARNG) has a requirement for pre-wash and agricultural wash services for military equipment. This contract is issued under a Total Small Business Set Aside using Simplified Acquisition Procedures. The goal of this contract is to ensure that military equipment is properly disinfected and cleaned to meet European Customs requirements prior to deployment.

Work Details
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other non-personal services necessary to perform the prewashing, disinfection, and consolidation/disposal of runoff Virkon solution for 50 pieces of military equipment. The contractor must document the Virkon dilution process to ensure a 1% solution is applied and will issue a certificate of application upon completion. Specific tasks include:

1. Ensure all equipment is clean and free of dirt/debris affecting the application of Virkon.
2. Capture all Virkon runoff using a portable containment unit for off-site disposal.
3. Apply a continuously circulated 1% Virkon solution to the equipment.
4. Provide access to an open flat area near a water source for setup.
5. Ensure compliance with local environmental standards regarding runoff disposal.
6. Complete all cleaning services by 6:00 PM on March 21, 2025.

Period of Performance
The period of performance for this contract is from March 17, 2025, to March 21, 2025.

Place of Performance
The work will be performed on-site at Joint Base Cape Cod, Buzzards Bay, MA 02542.

Overview

Response Deadline
Feb. 15, 2025, 5:00 p.m. EST Past Due
Posted
Feb. 5, 2025, 9:50 a.m. EST (updated: Feb. 12, 2025, 1:31 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Buzzards Bay, MA United States
Source

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
$25,000,000 (value based on agency estimated range)
On 2/5/25 Massachusetts National Guard issued Synopsis Solicitation W912SV25QA002 for 182nd Med AGWash due 2/15/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F108.
Primary Contact
Name
Timar Sealy   Profile
Phone
(339) 202-3846

Secondary Contact

Name
Melissa Melcher   Profile
Phone
(339) 202-3972

Documents

Posted documents for Synopsis Solicitation W912SV25QA002

Opportunity Assistant


AI Analysis

AI Generate

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W912SV25QA002

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912SV25QA002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912SV25QA002

Experts for 182nd Med AGWash

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NE USPFO ACTIVITY MA ARNG
FPDS Organization Code
2100-W912SV
Source Organization Code
100221429
Last Updated
March 2, 2025
Last Updated By
melissa.l.melcher2.civ@army.mil
Archive Date
March 2, 2025