Sources Sought - Pest Control Services at Uintah-Ouray Service Unit
ID: IHS1509545Type: Sources Sought
Overview

Buyer

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

NAICS

Exterminating and Pest Control Services (561710)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    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.
    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.
    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.
    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
    Similar Opportunities
    SOURCES SOUGHT NOTICE: Infectious Waste Collection and Disposal Services
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is conducting a sources sought notice to identify potential sources for infectious waste collection and disposal services for the Kayenta Health Center in Kayenta, Arizona, and the Inscription House Health Center in Tonalea, Arizona. The procurement aims to secure services related to the provision of infectious waste storage containers, collection, and disposal, which are critical for maintaining health and safety standards in healthcare facilities. Interested parties are invited to submit their qualifications and capabilities by November 17, 2025, at 12:00 PM, to Flora Washington via email at flora.washington@ihs.gov. Respondents must include a company profile, capability statement, and, if applicable, the completed IHS IEE Representation Form to demonstrate eligibility as an Indian Economic Enterprise.
    FY26 GSU THC Pharmaceutical Medication Returns [base+3options]
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area, is soliciting proposals for pharmaceutical medication returns at the Tohatchi Health Center in New Mexico. This procurement, set aside for small businesses, requires offerors to provide waste disposal services, including waste characterization, container provision, staff training, and ongoing support, with a contract period spanning from January 1, 2026, to December 31, 2026, and options for three additional years. The services are critical for managing hazardous pharmaceutical waste in compliance with regulatory standards, ensuring safe disposal and environmental protection. Interested parties must submit their proposals by December 19, 2025, at 3:00 PM MS, and can direct inquiries to Ken Parrish at Ken.Parrish@ihs.gov or by phone at 928-871-1342.
    Sources Sought - FYSU Water Management Plan Development, Maintenance, Verification, and Legionella Testing Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide comprehensive Water Management Plan (WMP) development, maintenance, verification, and Legionella testing services for the Fort Yuma Health Center (FYHC) in California. The contractor will be responsible for creating a facility-wide WMP that adheres to ANSI/ASHRAE Standard 188, CMS QSO 17-30, and CDC guidance, which includes ongoing maintenance, quarterly and semi-annual verification visits, and routine water sampling for Legionella, heterotrophic plate count (HPC), and E. coli. This initiative is crucial for ensuring the safety and compliance of the health center's water systems, thereby protecting public health. Interested vendors must respond with their qualifications, including company details and IEE status, to Minkyu Kim at minkyu.kim@ihs.gov, as this is a sources sought notice aimed at market research and compliance with the Buy Indian Act.
    GIMC Housekeeping Supply BPAs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to establish multiple Blanket Purchase Agreements (BPAs) for janitorial and housekeeping supplies at the Gallup Service Unit in New Mexico. The procurement includes a variety of essential items such as trash can liners, biohazardous bags, bathroom tissue, disinfectants, and cleaning equipment, which are critical for maintaining hygiene and sanitation standards in healthcare facilities. The anticipated period of performance spans one year with four optional extensions, starting from January 15, 2026, and interested vendors are encouraged to submit their capability statements and price lists by December 23, 2025, to the primary contact, Bertina Jones, at bertina.jones@ihs.gov.
    Sources Sought - FYSU Building Automation System (BAS) Corrective and Preventive Maintenance Services – Automated Logic WebCTRL
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS) at the Fort Yuma Health Center (FYHC), is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide corrective and preventive maintenance services for its building automation system (BAS) utilizing the Automated Logic WebCTRL® platform. The procurement aims to ensure the reliable operation of critical facility systems, including HVAC, cooling towers, and emergency generators, through comprehensive maintenance services that encompass troubleshooting, repairs, and adjustments. This initiative is part of IHS's commitment to the Buy Indian Act, emphasizing the importance of supporting Indian Economic Enterprises while maintaining essential services for the health center. Interested vendors must submit their capability statements and proof of eligibility by December 24, 2025, and can contact Minkyu Kim at minkyu.kim@ihs.gov for further information.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    IMCOM Pest Control
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control management services at Fort Jackson and Weston Lake Recreational Park in South Carolina. The contractor will be responsible for both scheduled and unscheduled pest management services, addressing a variety of public health pests that may affect military readiness and personnel well-being. This contract, valued at approximately $17.5 million, includes a base period from January 1, 2026, to December 31, 2026, with four additional one-year options extending through December 31, 2030. Interested parties should contact Katharina Wagner at katharina.wagner5.civ@army.mil or Tesia Polk at tesia.l.polk.civ@army.mil for further details, and proposals must be submitted by the specified deadlines following the guidelines outlined in the solicitation documents.
    BFSU Trash Removal Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Pine Ridge Multi Phase Door Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Pine Ridge Multi Phase Door Replacement project located in Pine Ridge, South Dakota. The objective of this procurement is to replace or upgrade 67 doors and door components at the Pine Ridge hospital, addressing life safety, infection control, and security hazards. This project is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) and will be awarded as a Firm Fixed Price contract, with a performance period of 270 calendar days following the issuance of a Notice to Proceed. Proposals are due electronically by 2 PM Pacific Time on January 6, 2026, and interested parties should direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or call 206-615-2452.