Closed Solicitation · DEPT OF DEFENSE

    ANIMAL CONTROL SERVICES, FORT DRUM, NY

    Sol. W911S2-26-Q-6701Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)FORT DRUM, NY
    Closed
    STATUS
    Closed
    closed Mar 5, 2026
    POSTED
    Feb 18, 2026
    Publication date
    NAICS CODE
    812910
    Primary industry classification
    PSC CODE
    R416
    Product & service classification

    AI Summary

    The U.S. Government is seeking small businesses to provide animal control services at Fort Drum, NY. This sources sought notice aims to gather information for potential set-aside opportunities. Interested firms should submit their capabilities and relevant experience to support the procurement process.

    Contract details

    Solicitation No.
    W911S2-26-Q-6701
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    February 18, 2026
    Response Deadline
    March 5, 2026
    NAICS Code
    812910AI guide
    PSC / Class Code
    R416
    Issuing Office
    W6QM MICC-FT DRUM
    Primary Contact
    Kayla Rogers
    State
    NY
    ZIP Code
    13602-5220
    AI Product/Service
    service

    Description

    SOURCES SOUGHT NOTICE

    THIS IS A Sources Sought Notice ONLY.  The U.S. Government desires to procure all plant, labor, materials, and equipment necessary to provide shelter, feed, and care for all stray animals delivered by Fort Drum, NY on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside.  Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.  We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

    This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.  It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.  The anticipated NAICS code(s) is: 812910, Pet Care (except Veterinary) Service with a Size Standard of $9.0M.

    A need is anticipated for Animal Control (which is currently being fulfilled through current contract #W911S2-25-A-A004). Attached is the draft Performance Work Statement (PWS).

    In response to this sources sought, please provide:

    1.  Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

    2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Please note that FAR 52.219-14 Class Deviation 2021-O0008, Revision 1 will apply if set-aside for small business. https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf

    3.  Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

    4.  Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

    5.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

    6.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the Sam.gov notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

    7.  Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

    Key dates

    1. February 18, 2026Posted Date
    2. March 5, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    ANIMAL CONTROL SERVICES, FORT DRUM, NY is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.