Uintah-Ouray Service Unit Pest Control Services
ID: IHS1509545Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

PEST CONTROL AGENTS AND DISINFECTANTS (6840)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide pest control services for the Uintah-Ouray Service Unit located in Fort Duchesne, Utah. The procurement aims to ensure comprehensive pest management, including monitoring, trapping, pesticide application, and pest prevention, in compliance with federal, state, and tribal regulations to maintain health and safety standards. This initiative is crucial for safeguarding the well-being of patients and staff within the service unit, reflecting the government's commitment to effective pest control solutions. Interested small businesses must submit their proposals by April 11, 2025, and can direct inquiries to Kerri Gilmore at Kerri.Gilmore@ihs.gov.

Point(s) of Contact
Files
Title
Posted
The document is a Request for Quote (RFQ) IHS1509545 issued by the federal government for pest control services at the Uintah-Ouray Service Unit. It outlines the requirements for vendors to submit pricing for a base year and four option years under a firm fixed-price contract. Proposals must be submitted by April 11, 2025, and include essential company information, such as tax identification numbers and contact details. The RFQ is explicitly a total Small Business Set-Aside, indicating a preference for small business participation. Companies are advised to ensure their System for Award Management (SAM) registrations are current. Questions regarding the solicitation can be addressed to the designated contact, with a specific deadline for inquiries. Overall, this solicitation follows applicable federal acquisition regulations, emphasizing clear instructions for bid submission and ensuring compliance with federal contracting procedures. The overarching purpose is to procure pest control services while promoting opportunities for small businesses within the federal contracting framework.
The document outlines a Request for Quotation (RFQ IHS1509545) for Pest Control Services in the Uintah-Ouray area, detailing clauses, provisions, and terms relevant to the contract. It emphasizes the requirement for electronic submission of invoice payment requests via the Department of Treasury Invoice Processing Platform (IPP), although alternate submission methods may be permitted with prior written authorization. The RFQ includes several regulations and standards from the Department of Health and Human Services Acquisition Regulation (HHSAR) and the Federal Acquisition Regulation (FAR), particularly focusing on compliance with labor, safety, and privacy standards. Offerors must submit quotes structured in three volumes—Pricing, Technical, and Past Performance—addressing specifications such as qualifications, experience with EPA and OSHA compliance, and documentation of pest control licensing. The evaluation criteria prioritize technical quality and past performance alongside pricing, with the potential for rewards based on the best value. The deadline for quote submissions is April 11, 2025, and all inquiries related to the RFQ must be submitted in writing to the identified Contract Specialist. This RFQ reflects the federal government’s commitment to fair procurement practices and compliance with regulations while seeking effective pest control solutions.
The RFQ IHS1509545 outlines a Statement of Work (SOW) for pest control services at the Uintah-Ouray (U&O) Service Unit. The Contractor is responsible for providing comprehensive pest control, including monitoring, trapping, pesticide application, removal, and prevention of various vermin and insects. Services must comply with federal, state, and tribal regulations, emphasizing safety for patients, staff, and the Contractor’s employees. The Contractor must adhere to the Federal Insecticide, Fungicide and Rodenticide Act (FIFRA), ensuring proper training, storage, labeling, and disposal of pest control chemicals. Additionally, no materials or equipment may be stored on government property, and emergency pest control services must be performed within five hours upon request. The contract spans one base year with four option years and requires monthly pest control services at multiple designated locations near Fort Duchesne, Utah. The Contractor must provide service reports after each appointment to document activities performed. This initiative reflects the government’s commitment to maintaining health and safety standards through effective pest management practices in specific community facilities.
Mar 26, 2025, 4:05 PM UTC
The document presents Wage Determination No. 2015-5497 issued by the U.S. Department of Labor, outlining wage rates and fringe benefits mandated for contract workers under the Service Contract Act in Utah, covering several counties. For contracts initiated or renewed after January 30, 2022, the minimum wage for covered workers rises to at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 per hour unless higher rates are specified. The document details various occupations along with their corresponding wage rates, with additional benefits outlined such as health and welfare payments, vacation entitlement, and paid sick leave requirements per Executive Orders. Compliance with these wage determinations is crucial for federal contractors, reflecting the government's commitment to fair labor practices. Furthermore, the document provides guidelines for addressing any non-listed occupations through a conformance request process, ensuring appropriate pay rates for unusual job classifications. Overall, it serves as a comprehensive resource for employers and workers to navigate minimum wage policies and employment benefits under federal contracts.
Feb 28, 2025, 7:11 PM UTC
The document is a Sources Sought Notice issued by the Indian Health Service (IHS) for pest control services at the Uintah-Ouray Service Unit in Fort Duchesne, Utah. This notice is for market research purposes only and is not a formal request for quotes. It emphasizes compliance with the Buy Indian Act, prioritizing contracts for Indian Economic Enterprises (IEEs) and Indian Small Business Economic Enterprises (ISBEEs). Service providers interested in this opportunity must provide detailed responses, including company identification, contact details, unique identifiers, and a capability statement highlighting qualifications to perform pest control services. The contractor will be responsible for pest monitoring, trapping, pesticide application, and prevention at the U&O Health Clinic. Additionally, vendors must certify their eligibility as an IEE or ISBEE and identify their respective Federally Recognized Indian Tribe or Alaska Native Corporation connection. This initiative aims to ensure the procurement process benefits Indian businesses while effectively addressing pest control needs in the health facility.
Feb 28, 2025, 7:11 PM UTC
The Indian Health Service of the Department of Health & Human Services is soliciting participation under the Buy Indian Act, which mandates that eligible contractors be recognized as "Indian Economic Enterprises." This self-certification process requires that offerors confirm their eligibility at the time of bid submission, contract award, and throughout the performance period. If an enterprise fails to meet the required status during any of these phases, it must promptly inform the Contracting Officer. Moreover, contracting officers may request documentation to verify eligibility before awarding contracts. The form includes a declaration for offerors to certify their compliance with the Buy Indian Act, including details on ownership and registration with the System of Award Management (SAM). Misrepresentation risks legal penalties under U.S. law. The document serves as an essential tool for ensuring that contracts associated with the act benefit Native enterprises while maintaining regulatory integrity.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Pinon Health Center Government Quarters - Pest and Weed Control Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide pest and weed control services for the Pinon Health Center in Arizona. The procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 561710, with the contractor responsible for servicing 62 government residential quarters to ensure tenant safety and comfort. This contract, which spans from June 1, 2025, to May 30, 2026, includes provisions for four optional one-year extensions and emphasizes the importance of maintaining a pest-free environment. Interested parties should submit their proposals electronically to Tanya Begay at tanya.begay2@ihs.gov by the specified deadline, adhering to all outlined requirements to ensure compliance with federal acquisition regulations.
Pest Control Services Stewart Lee Udall Building
Buyer not available
The Department of the Interior is seeking qualified vendors to provide pest control services for the Stewart Lee Udall Building through a combined synopsis/solicitation. The procurement aims to establish an Integrated Pest Management (IPM) program that emphasizes environmentally sound pest control strategies while ensuring compliance with safety regulations and minimizing pesticide use. This contract includes a ten-month base period with four one-year option periods, focusing on maintaining a pest-free environment in federal buildings through monitoring, trapping, and pest removal. Interested vendors must be licensed in the DC area and have qualified personnel, including certified pest control technicians. For further details, vendors can contact Xanthe Otterstedt at xantheotterstedt@ibc.doi.gov or call 703-914-3719.
Pest Control Maintenance Services
Buyer not available
The United States Government Publishing Office (GPO) is soliciting proposals for pest control maintenance services across its facilities in Washington, DC, and Laurel, Maryland. The primary objective is to develop and implement an Integrated Pest Management (IPM) plan to effectively manage rodent and pest issues while ensuring the health and safety of personnel in both interior and exterior areas of the buildings. This initiative underscores the GPO's commitment to maintaining a safe and pest-free working environment, adhering to federal procurement standards, and complying with environmental regulations. Interested contractors must submit their proposals by May 2, 2025, with inquiries due by April 25, 2025; for further information, contact Troy D. White at twhite@gpo.gov or Michaela Farmer at mfarmer@gpo.gov.
Pest Control Maintenance Services
Buyer not available
The United States Government Publishing Office is seeking qualified contractors to provide Pest Control Maintenance Services as outlined in solicitation amendment 040ADV-25-Q-0012. The procurement aims to ensure effective exterminating and pest control services at specified locations, including the DC headquarters and a warehouse in Laurel, Maryland, with a site visit scheduled for April 16, 2025. This service is critical for maintaining a clean and pest-free environment within government facilities. Interested bidders must acknowledge receipt of the amendment and confirm attendance for the site visit by contacting Troy D. White at twhite@gpo.gov or Michaela Farmer at mfarmer@gpo.gov prior to the deadline to avoid rejection of their offers.
Pest Control Services
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified contractors to provide pest control services at the Naval Support Activity in Crane, Indiana. The contract will encompass both recurring and non-recurring pest control services, requiring the contractor to manage a variety of pests, including insects and vertebrates, in compliance with integrated pest management techniques and relevant regulations. This procurement is significant as it aims to ensure a safe and pest-free environment at military facilities, with the contract expected to be awarded in May 2025, following a competitive selection process based on price and technical proposals. Interested parties should contact Cassandra Hines at cassandra.c.hines.civ@us.navy.mil for further details, and must be registered in the System for Award Management (SAM) to be eligible for award.
Regulated Medical Waste Collection and Disposal
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a five-year contract to provide regulated medical waste collection and disposal services for the Northern Navajo Medical Center in Shiprock, New Mexico. The contractor will be responsible for the collection, transportation, treatment, and disposal of various types of medical waste, including hazardous and pharmaceutical waste, while ensuring compliance with relevant regulations and providing trained personnel. This procurement is particularly significant as it emphasizes the inclusion of Indian Small Business Economic Enterprises (ISBEE), aiming to support local economic interests. Interested contractors must submit their proposals by May 5, 2025, at 2 PM MDT, and can direct any clarifying questions to Dallas Begay at dallas.begay@ihs.gov or by phone at 928-871-1433.
Schafer Dam, Success Lake - Weed and Pest Control Base + 4
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for weed and pest control services at Schafer Dam, Success Lake, located in Porterville, California. The contract requires the contractor to provide all necessary labor, materials, supplies, permits, licenses, equipment, and supervision to effectively manage weed and pest control in accordance with specified guidelines, with a focus on maintaining public health and safety. This service is crucial for the management of recreational areas and environmental health, ensuring that the facilities remain safe and accessible for public use. Interested small businesses must submit their proposals by April 29, 2025, and are encouraged to attend a site visit on April 10, 2025, for further insights into the project requirements. For inquiries, contact Luis Valencia at luis.a.valencia@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
Sources Sought Notice Janitorial Supplies
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is conducting a sources sought notice to identify potential contractors for the delivery of janitorial supplies to the Chinle Comprehensive Health Care Facility in Arizona. The procurement aims to fulfill the housekeeping department's needs for essential cleaning and sanitation products, which include items such as trash bags, disinfectants, hand soap dispensers, and toilet paper, as detailed in the attached list of items. This initiative underscores the importance of maintaining hygiene and health standards within government facilities, contributing to public health efforts. Interested parties are encouraged to submit their qualifications and capability statements to Tanya Begay at tanya.begay2@ihs.gov by the specified response date, with the contract period set from May 19, 2025, to December 31, 2025.
NPSC: Tour Coordinator Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for two Non-Personal Service Contracts for Tour Coordinator services at the Northern Navajo Medical Center in Shiprock, New Mexico. These contracts aim to address the critical shortage of healthcare workers within the Navajo Nation by providing essential nursing services, with each contract requiring 2080 service hours over a performance period from May 19, 2025, to November 18, 2025. The procurement is set aside for small businesses, including those owned by service-disabled veterans and economically disadvantaged women, emphasizing the importance of culturally competent healthcare for approximately 201,583 Navajo Nation members. Interested parties must submit their proposals by May 9, 2025, and direct any inquiries to Michelle James at michelle.james@ihs.gov or by phone at 928-871-5841.
Cepheid Test Kits - Ute Mountain Ute Health Center - Towaoc, CO
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide Cepheid Test Kits for the Ute Mountain Ute Health Center located in Towaoc, Colorado. The procurement involves an annual requirement for 200 units of the XP3COV2/FLU/RSV-10 test kits, with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs) to fulfill this need. These test kits are crucial for ensuring that health facilities have the necessary supplies for effective patient testing, reflecting ongoing federal investments in health resources. Interested parties must submit their offers via email to Shandiin DeWolfe by 5:30 PM MDT on April 30, 2025, and are encouraged to direct any inquiries regarding the solicitation to the same contact by April 24, 2025.