Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2025 SAM #8752
SOURCES SOUGHT

F -- Craney Island Aerial Mosquito and Herbicide Treatment

Notice Date
11/10/2025 11:44:11 AM
 
Notice Type
Sources Sought
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123626X1AVZ
 
Response Due
12/1/2025 8:59:00 PM
 
Archive Date
05/31/2026
 
Point of Contact
Amy Coody, Phone: 7572017883, Tiffany Kirtsey, Phone: 7572017132
 
E-Mail Address
amy.h.coody@usace.army.mil, tiffany.n.kirtsey@usace.army.mil
(amy.h.coody@usace.army.mil, tiffany.n.kirtsey@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers � Norfolk District is anticipating a future procurement for a firm-fixed-price contract for Aerial Mosquito and Herbicide Treatment at the Craney Island Dredged Material Management Area (CIDMMA) located in Portsmouth, Virginia. Description of Work: The U.S. Army Corps of Engineers � Norfolk District is seeking eligible firms capable of performing Aerial Mosquito and Herbicide Treatment at CIDMMA in Portsmouth, Virginia. The intent of this requirement is turn-key ordering of mosquito and herbicide treatment with a four day turn around on mosquito treatment requests. As such, the contractor will be expected to obtain all legally required permits, licenses etc., obtain and maintain all chemicals and equipment, and coordinate their own airport or landing area to conduct operations. Under no circumstances will the contractor be permitted to operate on the site � this includes but is not limited to aircraft takeoff, landing, chemical mix and/or transfer, and refueling. Unmanned aircrafts (i.e., drones) launching/landing is acceptable onsite. Aerial Application of Mosquito Treatment will include the following chemicals: Bacillus thuringiensis (Bti) granular larvicide at the rate of 20 pounds per acre with an average area of 600 acres per treatment occurrence. Bacillus thuringiensis (Bti) liquid larvicide at the rate of 2 pints per acre with an average area of 600 acres per treatment occurrence. Undiluted Naled (Trumpet EC) in ultra-low volume dosage of 0.75 fluid ounces per acre with treatment area of 3,300 acres. Aerial Application of Herbicide Treatment will include: The application of Habitat (or chemical equivalent) herbicide at the rate of 6 pints per acre as directed by the Contracting Officer Representative. This will be a single treatment up to 750 acres, with a minimum of 250 acres, between the dates of 1 September and 30 November for the base year and each option year. NAICS Code 561710, Exterminating and Pest Control Services, applies to this project and has a small business size of $17.5 million. Period of Performance: The period of performance will encompass a base year and option years. Anticipated solicitation issuance is 2nd Quarter Fiscal Year 2026. SURVEY OF INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps of prospective contractors' capabilities and considerations. Please provide your response to the following questions. All questions are in regard to the Aerial Mosquito and Herbicide Treatment requirement at CIDMMA in Portsmouth, Virginia. Basic Information. Please provide company�s name, address, point of contact, phone number, and e-mail address, along with your governmental CAGE code and Unique Entity Identifier (UEI). Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? What is your firm�s business size (e.g., LB, SB, 8(a), HUBZone, SDVOSB, WOB)? Interest Level. Would you be interested in bidding on the solicitation when it is issued? If the answer is No, please explain why not? Please also indicate your firm�s interest in a potential five year performance period (base year and four (4) option years) vs a potential three year performance period (base year and two (2) option years). Would you be more or less interested if the project was solicited as two requirements (1 �aerial mosquito; 2 � aerial herbicide) instead of one? Capability and Capacity. Please describe your method of application (i.e., aircraft or unmanned aircraft). Describe your capability for aerial mosquito treatment at the CIDMMA within four days of request, include narrative on obtaining backup equipment if equipment failures occur (e.g., planes, pumps, necessary equipment to perform the treatment within the required timeframe). Please describe your capacity to perform a contract of this magnitude and complexity. Experience. Have you worked on jobs similar in nature, complexity and magnitude to this project within the past 5 years? If so, please describe the project(s) and for whom the work was performed. Indicate the dollar value of the project(s). Provide any other comments and/or concerns with the project requirements. Please only include a narrative of the requested information. Additional information will not be reviewed. This Sources Sought Synopsis should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs�(8)(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned. Please submit capability packages and responses to the above questions via email to Amy Herrera Coody at amy.h.coody@usace.army.mil, CC�d Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil. Responses must be submitted no later than 01 December 2025. The official synopsis citing the solicitation number will be issued on SAM.gov at https://sam.gov/content/home. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov . Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. No attachments or links have been added to this opportunity.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d6ef69400b45404fa2ffca5f065ca2ab/view)
 
Place of Performance
Address: Portsmouth, VA, USA
Country: USA
 
Record
SN07639165-F 20251112/251110230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.