Bats are currently occupying the attic of building 2232 of the Fernan Ranger Station (2502 E Sherman Ave, Coeur d'Alene, ID 83814) and pose significant health risks to employees who use the affected areas daily. The species of bats has been identified as Myotis lucifugus. Due to the protected status of the species, the bats must be evicted and excluded from the attic and any activities must be performed in an ideal time frame and manner that does not jeopardize the wellbeing of the bats or disrupt their seasonal and reproductive habits. As such, all work must occur between March 10th and April 18th.
The building shall be thoroughly inspected to identify all potential access points. Once all access points have been identified, all but a select few locations shall be sealed up to prevent access. The selected locations will need to have one-way access devices installed to evict the bats from the space. Once all remediation activities have occurred, the contractor will make monthly return visits for three (3) months to monitor the attic space to ensure all exclusion measures have been effective and the bats have not returned to roost in the attic.
Contractor Requirements
- Technical Requirements
- One-Way Access Device Installation: The contractor shall identify the appropriate number and locations of one-way devices. The one-way devices shall be installed and allow the bats to leave the building but not reenter.
- Identify and Seal Access Points: The contractor shall identify and seal all potential access points to prohibit bats from entering the building.
- Sanitization and Remediation: The contractor shall remove all animal droppings and dispose of all contaminated insulation from the rafter space in a safe and contained manner. The contractor shall apply an appropriate disinfectant to all surfaces within the areas inhabited by bats to limit the chance of exposure to disease.
- Replace Ceiling Insulation: New insulation shall be installed to replace the contaminated insulation. The replacement material must conform to all federal and local building, codes and be R-30 unfaced fiberglass insulation or a comparable product. All material must be approved prior to installation.
- Post Exclusion Monitoring: The contractor shall perform monthly monitoring for 3 months after remediation steps have been performed to ensure bats have been adequately excluded from the building. Interior and exterior spaces should be inspected for signs of re-inhabitation. If evidence is found that the bats have re-inhabited the attic, necessary steps must be taken to correct the issue at no additional cost to the Government.
- One-Way Access Device Removal: Once it has been determined that the bat colony has been completely excluded and that the bats are unable to return to the attic the one-way access devices must be removed and the access point adequately sealed to prevent the bats from regaining access.
4.0 Deliverable / Schedule
Work for items 3.1 through 3.4 shall start and be completed between March 10th, 2025 and April 18th, 2025.All work must be completed during the business hours of Monday – Friday, 07:30am – 5:00pm, excluding all federal holidays.
- Project Location will be the Fernan Ranger Station 2502 E Sherman Ave, Coeur d'Alene, ID 83814
Addenda to Provision FAR 52.212-1:
For simplified acquisitions, the word quote or quoter is substituted in provision FAR 52.212-1 for the word offer or offeror.
Addenda to Provision 52.212-1 paragraph (b) Submission of Offers:
1) Offerors shall have an active entity registration in the System for Award Management in order to submit an offer. https://www.sam.gov/SAM/
2) Offers submitted in response to this solicitation shall include a technical proposal, a price proposal, and contractor representations and certifications.
a) Technical Proposal – The technical proposal shall address the evaluation factors in 52.212-2. At a minimum, the technical proposal shall include:
i) Experience Questionnaire – completely fill out the attached experience questionnaire.
ii) Technical Solution – Provide supporting documentation (written narrative, drawings, specifications (if applicable)) to show what you will do and how you will do it to satisfy the requirement. Include a timeline showing that you will meet the desired delivery date, and if you cannot meet the delivery date, what date can you meet and why.
iii) Past Performance –The government may use past performance information from any available source. If a company does not have past performance information available, information may be provided for predecessor companies, key personnel, or subcontractors. If there is no past performance information available, the offeror will receive a neutral rating in this factor.
b) Price Proposal – Complete the schedule of items located in section five of this combined solicitation synopsis.
c) Representations and Certifications – Fill in the check boxes for provisions 52.204-24, 52.204-29, and 52.212-3 and include a copy with your offer.
3) Submit documentation by emailing to shawn.trout@usda.gov to deliver it into this inbox by the due date and time. Emails should contain 3 separate attachments (Technical Proposal, Price Proposal, and Representations and Certifications) in Microsoft Word, Excel, or Adobe PDF format.
4) Please email Shawn Trout at Shawn.trout@usda.gov with questions about this solicitation by February 18th, 2025; questions asked after that time may not be answered.
5) All quotes and documentation for this solicitation will be due on February 21st, 2025 by 3:00PM EST.
For full details please see attached completed solicitation.