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 a solicitation (FA469026Q0006) for Bat Guano Remediation Services. This Total Small Business Set-Aside opportunity seeks a contractor to perform guano removal, cleaning, disinfection, and insulation replacement in specified dormitory attics. Proposals are due March 19, 2026, at 1:30 PM MDT.
Scope of Work
The contractor will provide all personnel, materials, labor, and management for bat guano remediation in the attics of Roosevelt Inn (B5806), Rushmore Inn (B2305), and Washington Hall (B3706) at Ellsworth AFB, SD. The scope is strictly limited to guano removal, cleaning, and disinfection, including replacement of approximately 2000 sq ft of fiberglass batt insulation per unit. This effort explicitly excludes identification and sealing of entry points or any form of bat-proofing. Disinfection with EPA-registered products like Sporicidin® or TB-Cide is required. The contractor is responsible for hazardous waste determination and proper disposal.
Contract & Timeline
- Type: Firm Fixed Price (FFP) contract, solicited under FAR Parts 12 and 13.
- Set-Aside: 100% Total Small Business.
- NAICS: 561720 - Janitorial Services (Size Standard: $22M).
- Period of Performance: Work to be completed within 45 calendar days from an agreed-upon start date, which must be coordinated with the Government within 15 calendar days of award.
- Proposal Due: March 19, 2026, at 1:30 PM MDT.
- Published: March 17, 2026 (latest amendment).
Evaluation & Submission
Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and non-price (technical) factors. The Government intends to award without interchanges. Offerors must submit a completed SF 1449, a detailed plan, Representations and Certifications, and a cover letter for any exceptions. Quotes must be emailed to vaishali.upadhyay.1@us.af.mil and jason.wright.30@us.af.mil with the subject line "FA469026Q0006_Solicitation_Bat Guano Remediation". Small Business contractors must be registered and active in SAM.gov and include their CAGE code.
Additional Notes
Revisions have been made to the Addendum to FAR 52.212-1 (Instructions to Offerors) and FAR 52.212-2 (Evaluation). Wage Determination WD 2015-5367 Rev 30 applies, and contractors are responsible for prevailing wage compliance, including EO 13706 paid sick leave. Dorm floor plans and attic pictures are provided as attachments.