Search Contract Opportunities

SMALL BUSINESS SET-ASIDE FOR Canada Goose management through the use of trained canines at the United States (U.S.) Army Garrison Adelphi Laboratory Center (ALC). The project includes nest management.   2

ID: W911QX-25-Q-0034 • Type: Synopsis Solicitation

Description

Posted: Feb. 25, 2025, 1:39 p.m. EST
  1. Solicitation Number: W911QX25Q0034 PWS (Garrison) - AMENDMENT
  2. Title: SMALL BUSINESS SET-ASIDE FOR Canada Goose management through the use of trained canines at the United States (U.S.) Army Garrison Adelphi Laboratory Center (ALC). The project includes nest management.
  3. Classification Code: F
  4. NAICS Code: 813312
  5. Response Date: 27 February 2025 due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation.
  6. Description:

Disclaimer: This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.

NOTICE : THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:

THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.

This acquisition is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.

For purposes of this acquisition, the associated NAICS code is 813312. The small business size standard is $19.5M.

Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001 - GOOSE MANAGEMENT PROJECT (FFP)

CLIN 0002 GOOSE MANAGEMENT PROJECT (FFP) OPTION 1

CLIN 0003 - GOOSE MANAGEMENT PROJECT (FFP) OPTION 2

CLIN 0004 - GOOSE MANAGEMENT PROJECT (FFP) OPTION 3

CLIN 0005 - GOOSE MANAGEMENT PROJECT (FFP) OPTION 4

CLIN 0006 - DATA

Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED PWS [Garrison] - AMENDMENT

CLIN 0001 (BASE) -- EIGHT (8) MONTH PERIOD OF PERFORMANCE (POP) 01 March 2025 31 OCTOBER 2025

CLIN 0002 (OPTION PERIOD 1) NINE (9) MONTH PERIOD OF PERFORMANCE (POP) 01 FEBRUARY 2026 31 OCTOBER 2026

CLIN 0003 (OPTION PERIOD 2) NINE (9) MONTH PERIOD OF PERFORMANCE (POP) 01 FEBRUARY 2027 31 OCTOBER 2027

CLIN 0004 (OPTION PERIOD 3) NINE (9) MONTH PERIOD OF PERFORMANCE (POP) 01 FEBRUARY 2028 31 OCTOBER 2028

CLIN 0005 (OPTION PERIOD 4) NINE (9) MONTH PERIOD OF PERFORMANCE (POP) 01 FEBRUARY 2029 31 OCTOBER 2029

CLIN 0006 - DATA

Performance shall occur at the U.S. Army Research Laboratory (ARL), Adelphi, MD 20783. Acceptance shall be performed at Adelphi, MD 20782. The FOB point is U.S. Army Research Laboratory, Adelphi, MD.

Clauses:

  1. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The following addenda have been attached to this provision:

In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.

  1. Evaluation Criteria - The specific evaluation criteria to be used are as follows:

In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):

Price

Technical Capabilities/Specification

Past Performance

  1. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
  2. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE.
  3. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)

52.204-19 INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (NOV 2024)

52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2020)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAR 2023)

52.222-3 CONVICT LABOR (JUN 2003)

52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (FEB 2024)

52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

52.222-26 EQUAL OPPORTUNITY (SEP 2016)

52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)

52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)

52.222-37 EMPLOYMENT REPORTS ON VETERANS (JUN 2020)

52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021)

52.226-8 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (MAY 2024)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

  1. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

52.204-7 SYSTEM FOR AWARD MANAGEMENT (NOV 2024)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)

52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)

52.204-27 PROHIBITION ON BYTEDANCE COVERED APPLICATION (Jun 2023)

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

52.252-2 CLAUSES INCORPORATED BY REFERENCE

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)

252.204-7003 Control of Government Personnel Work Product (APR 1992)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) (DEVIATION 2024-O0013, Rev 1)

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation (MAY 2021)

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)

252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)

ACC-APG POINT OF CONTACT

GARRISON-ALC POINT OF CONTACT

TYPE OF CONTRACT

GOV INSPECTION AND ACCEPTANCE

PAYMENT OFFICE (BANKCARD INVOICES REQUIRED)

EXERCISE OF OPTION

PAYMENT INSTRUCTIONS

TAX EXEMPTION CERT. (GARRISON)

SUPERVISION OF EMPLOYEES

WORK HOURS

ID OF CONTRACTOR EMPLOYEES

GOVT-CONTRACTOR RELATIONSHIPS

PAYMENT TERMS

PAYMENT INSTRUCTIONS

DFARS COMMERCIAL CLAUSES

FOREIGN NATIONALS PERFORMING

EXCEPTIONS IN PROPOSAL

ADELPHI CONTR. DIVISION URL

DD FORM 1423

  1. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.
  2. The following notes apply to this announcement: N/A

Place of Performance:

U.S. Army Research Laboratory (ARL)

2800 Powder Mill Road

Adelphi, MD 20783

Set Aside: 100% Total Small Business

Posted: Feb. 12, 2025, 1:54 p.m. EST
Background
The U.S. Army Garrison Adelphi Laboratory Center (ALC) is seeking a contractor for Canada Goose management through the use of trained canines. The ALC, which is home to several pairs of Canada geese, aims to address health and safety hazards associated with geese droppings and aggressive behavior during nesting season. The project includes obtaining necessary permits from the U.S. Fish and Wildlife Service (USFWS) for managing goose populations effectively.

Work Details
The contractor will provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items necessary for Canada goose management at ALC. Key tasks include:

1) Canada Goose Site Aversion: Utilizing trained canines to deter geese from ALC areas including buildings and parking lots, with site visits at least five days a week. Success is measured by the absence of geese for seven consecutive days.

2) Canada Goose Nest Management: Conducting egg addling services for nests found on-site, including oiling eggs that are less than 14 days old and providing treatment data to the Contracting Officer's Representative (COR). Deliverables include nest treatment data submitted via email in Microsoft Word or Excel format.

Period of Performance
The contract has a base period of performance from March 1, 2025, to October 31, 2025, with four option periods extending through October 31, 2029.

Place of Performance
U.S. Army Research Laboratory (ARL), 2800 Powder Mill Road, Adelphi, MD 20783.

Overview

Response Deadline
Feb. 27, 2025, 5:00 p.m. EST (original: Feb. 19, 2025, 5:00 p.m. EST) Past Due
Posted
Feb. 12, 2025, 1:54 p.m. EST (updated: Feb. 25, 2025, 1:39 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Adelphi, MD 20783 United States
Source
SAM

Current SBA Size Standard
$19.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
77% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 2/12/25 ACC Aberdeen Proving Ground issued Synopsis Solicitation W911QX-25-Q-0034 for SMALL BUSINESS SET-ASIDE FOR Canada Goose management through the use of trained canines at the United States (U.S.) Army Garrison Adelphi Laboratory Center (ALC). The project includes nest management. due 2/27/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 813312 (SBA Size Standard $19.5 Million) and PSC F019.
Primary Contact
Name
Swati Jain   Profile
Phone
(520) 672-9619

Secondary Contact

Name
Alex Gilliam   Profile
Phone
(520) 672-9554

Documents

Posted documents for Synopsis Solicitation W911QX-25-Q-0034

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W911QX-25-Q-0034

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W911QX-25-Q-0034

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W911QX-25-Q-0034

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W911QX-25-Q-0034

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W911QX
Source Organization Code
500038577
Last Updated
March 15, 2025
Last Updated By
swati.jain2.civ@mail.mil
Archive Date
March 14, 2025