Bat Guano Remediation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, 28th Contracting Squadron, Ellsworth AFB, South Dakota, has issued Solicitation FA469026Q0006 for Bat Guano Remediation services. This is a 100% Small Business Set-Aside for a single Firm Fixed Price (FFP) contract, utilizing FAR Parts 12 and 13. The work involves remediation in specified dormitories at Ellsworth AFB, SD. Quotes are due by February 16, 2026, at 1:30 PM MDT.
Scope of Work
The contractor will provide all necessary personnel, materials, transportation, labor, and management for comprehensive bat guano remediation. This includes removal of guano and contaminated materials from attic surfaces, disinfection of affected areas, replacement of insulation to restore thermal performance, and general surface cleaning. The objective is to achieve a safe, clean, and habitable environment in the attics of Roosevelt Inn (B5806), Rushmore Inn (B2305), and Washington Hall (B3706) in Meade County, SD. All work must comply with applicable Building and Fire Codes, DOD, U.S. Air Force, and OSHA/AFOSH standards, using EPA-registered disinfectants and proper hazardous waste disposal.
Contract Details
- Type: Single Firm Fixed Price (FFP) contract.
- Acquisition Procedures: FAR Part 12 (Acquisition of Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures).
- Period of Performance: Work must be completed within 45 calendar days from the agreed-upon start date, which will be coordinated within 15 calendar days of award.
- Set-Aside: 100% Small Business.
- NAICS Code: 561720 - Exterminating and Pest Control Services (Size Standard: $22M).
- Product Service Code: S201 - Custodial Janitorial Services.
Submission & Evaluation
Offerors must submit a completed SF 1449, a detailed plan for accomplishing the work (including subcontractor or self-performance statements), filled-in Representations and Certifications, and any other required clauses/provisions. A cover letter delineating any exceptions is also required. Quotes must be submitted via email. Evaluation will be based on Price and Non-Price (technical) factors, with technical acceptability assessed against the Performance Work Statement (PWS). Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and other factors. The Government intends to evaluate and award without interchanges. Contractors must be registered and active in SAM.gov.
Key Dates & Actions
- Site Visit: Wednesday, February 9, 2026, at 9:30 AM MDT. Contact Vaishali Upadhyay for details.
- Questions Due: February 11, 2026, by 1:30 PM MDT. Submit in writing to vaishali.upadhyay.1@us.af.mil.
- Quotes Due: February 16, 2026, by 1:30 PM MDT. Submit to vaishali.upadhyay.1@us.af.mil and jason.wright.30@us.af.mil.
- Published Date: January 22, 2026.
Additional Notes
This solicitation incorporates Wage Determination WD 2015-5367 Rev 30, which specifies minimum wage rates and fringe benefits for Service Contract Act work in Custer, Meade, and Pennington counties, SD. Bidders must ensure their proposed labor costs align with these mandated requirements.