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, SD, has issued Solicitation FA469026Q0006 for Bat Guano Remediation services. This is a 100% Small Business Set-Aside to award a single Firm Fixed Price (FFP) contract. The work involves comprehensive remediation in specified dormitory attics at Ellsworth AFB. Proposals are due by February 26, 2026, at 1:30 pm MDT.
Scope of Work
The contractor will provide all necessary labor, materials, tools, and equipment for bat guano remediation. Key tasks include:
- Removal of bat guano and contaminated materials from attic surfaces (rafters, flooring, ductwork).
- Disinfection of affected areas to mitigate disease transmission risks.
- Replacement of insulation to restore thermal performance.
- Cleaning of all surfaces to remove debris.
- Compliance with all applicable Building and Fire Codes, Department of Defense (DOD), U.S. Air Force, and OSHA/AFOSH standards.
- Proper disposal of hazardous waste and use of EPA-registered disinfectants.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 561720 - Janitorial Services (Size Standard: $22M)
- Product Service Code: S201 - Custodial Janitorial Services
- Place of Performance: Roosevelt Inn (B5806), Rushmore Inn (B2305), and Washington Hall (B3706) at Ellsworth AFB, Meade County, SD.
- Period of Performance: Work to be completed within 45 calendar days from the agreed-upon start date, which must be coordinated within 15 days of award.
Submission & Evaluation
Offerors must submit a completed SF 1449, a detailed plan for accomplishing the work, filled-in Representations and Certifications, and any required clauses. A cover letter detailing exceptions is also required. Quotes must be emailed. Award will be based on Price and Non-Price (technical) factors, with technical acceptability evaluated against the Performance Work Statement (PWS). The Government intends to award to the most advantageous proposal without interchanges. Contractors must be registered and active in SAM.gov and list their CAGE code.
Key Dates & Contacts
- Site Visit: Monday, February 9, 2026, at 9:30 am MDT. Contact Vaishali Upadhyay for information.
- Questions Due: February 11, 2026, by 1:30 pm MDT. Submit to vaishali.upadhyay.1@us.af.mil.
- Proposal Due: February 26, 2026, at 1:30 pm MDT. Submit to vaishali.upadhyay.1@us.af.mil and jason.wright.30@us.af.mil.
- Primary Contact: Vaishali Upadhyay (vaishali.upadhyay.1@us.af.mil, 605-385-1741)
- Secondary Contact: Jason Wright (jason.wright.30@us.af.mil, 605-385-1744)
Special Requirements
Bidders must adhere to Wage Determination WD 2015-5367 Rev 30, outlining minimum wage rates and fringe benefits for Service Contract Act employees in the specified South Dakota counties. This includes Health & Welfare rates and provisions for Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage).