This is a pre-solicitation notice that Request for Quotations (RFQ) #140P2125Q0068 will be posted in the near future. This is not the full solicitation and quotes are not requested at this time. This advance synopsis is to notify potential quoters of the site visit and encourage attendance.
SITE VISIT: A group site visit is scheduled on Tuesday July 29, 2025, at 10:00 am EDT. Pertinent details will be in the solicitation. Attendance at the site visit is strongly encouraged (not mandatory) as it is the only opportunity to enter and tour the facility. Requests for individual site visits will not be honored.
WORK DESCRIPTION and LOCATION: The acquisition is for monthly cleaning services and hazardous waste removal at an indoor firing range used by the United States Park Police (USPP). The range is on the first floor of the Anacostia Operations Facility (AOF, 1901 Anacostia Drive, SE, Washington, D.C.) and includes a 25-yard, 14-point indoor pistol/shotgun range containing a bullet-trap and a three-stage filtered ventilation system. The contractor will perform monthly cleaning of the indoor firing range to include HEPA-vacuuming the floor, bullet-trap, shooting booths, weapons cleaning area, and all vertical and horizontal surfaces to remove lead particles, lead dust, and lead-contaminated ventilation filters; semi-annual wet range decontamination; and hazardous waste removal and disposal services of used HVAC filters and cleaning materials soiled with oil and lead. The contract includes a base period and four 365-day option periods, for a total possible performance period of five years plus up to six months more. Details will be in the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP) to be posted with the RFQ.
ACQUISITION DETAILS: This is a best value procurement of commercial services conducted under FAR 13, Simplified Acquisition, and set-aside for Small Business concerns in accordance with FAR 19.5. The prime contractor shall not subcontract more than the subcontract limitations specified in FAR clause 52.219-14 to other than similarly situated concerns. For this purpose, work to be performed falls in the category "services." The NAICS code for this project is 562910, Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water, and the small business size standard is $25M. All work will be performed under a single firm-fixed-price contract. The work is subject to the Service Contract Act.
Prospective quoters must visit SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a quote which shall be considered by the National Park Service, however quoters whose registration at www.SAM.gov is not active at the quote due date and time will not be considered for award in accordance with FAR 4.1102(a).
It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, Indian Small Business Economic Enterprises, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at https://connect.sba.gov, and to utilize the Small Business Administration (SBA) Dynamic Small Business Search (https://dsbs.sba.gov/search/dsp_dsbs.cfm) for potential subcontractors within these various socio-economic categories.
For more information, contact the Contracting Officer at
[email protected].