PEST CONTROL SERVICES
ID: 140A1125Q0035Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

PEST CONTROL AGENTS AND DISINFECTANTS (6840)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for various facilities across the Truxton Canon Agency locations in Arizona. The contract includes a base year from April 1, 2025, to March 31, 2026, with four optional one-year extensions, emphasizing the need for monthly pest control interventions to maintain safe environments in public facilities. This procurement is set aside for small businesses, aligning with federal goals to promote small business participation, and interested parties should contact Danielle Bitsilly at danielle.bitsilly@bia.gov for further details. Proposals must be submitted electronically, and compliance with relevant regulatory standards is required throughout the contract duration.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for entities seeking bids under the Buy Indian Act, specifically relating to the definition of an "Indian Economic Enterprise" (IEE) as per the Department of the Interior Acquisition Regulation (DIAR) Part 1480. Offerors are required to self-certify their IEE status when responding to solicitations, confirming eligibility at multiple stages: at the time of the offer, contract award, and throughout the contract duration. Contracting officers reserve the right to request additional documentation to verify eligibility during the acquisition process. Importantly, any submission of false or misleading information constitutes a legal violation, carrying penalties under specific U.S. codes. The form includes sections for key identification details of the tribal entity and the authorized owner, emphasizing the importance of accurate representation. This document is crucial for promoting economic opportunities for tribal enterprises while ensuring compliance with federal regulations concerning government contracts.
    The document outlines a solicitation for Pest Control Services intended for federal and local government agencies. It includes a Quote Schedule listing a series of pest control service items, each requiring a quantity of 12 months. The contractor's details, such as name, contact information, and applicable Arizona Pest Control Applicator License number, are also requested but are left blank, indicating spaces for future input. The purpose of this document is to invite bids or proposals from pest control service providers, ensuring compliance with relevant regulatory standards and enhancing pest management in government facilities. The structured format reflects a standard approach in government Requests for Proposals (RFPs), emphasizing transparency and clarity in public procurement processes.
    The government file pertains to Solicitation Number 140A1125Q0035 for "Propane Delivery for Truxton Canon Agency." It outlines a procurement opportunity within federal contracting, specifically set aside for Indian Economic Enterprises (IEEs). The anticipated contract is a Firm-Fixed-Price Purchase Order, with performance expected from April 1, 2025, to March 31, 2026, including four optional additional years. Detailed requirements for service specifications, including the scope of work and location of service, are presented, with a strong emphasis on compliance with Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulations (DIAR). Key aspects include a clear directive for electronic submission of quotes to the specified contracting officer and the need for acknowledgment of amendments to avoid rejection of offers. The document underscores adherence to numerous regulations pertaining to labor standards, contract management, and environmental compliance, making it compulsory for contractors to meet certain terms to ensure fair labor practices and compliance with performance metrics. The selection process will evaluate proposals based on established guidelines highlighting irreproachable performance standards and timeliness in execution, showcasing the federal government's commitment to supporting economic opportunities for Indian communities while ensuring strict regulatory compliance.
    The government document outlines a solicitation for a Firm-Fixed-Price Purchase Order for propane delivery services to various locations under the Bureau of Indian Affairs (BIA) for the Truxton Canon Agency. It emphasizes that the solicitation is fully set aside for small businesses, aligning with federal procurement goals to promote small business participation. The anticipated performance period extends until March 31, 2030, with clearly defined service location requirements across several facilities in Arizona. The document specifies that offers must be submitted electronically to a designated contracting officer and include comprehensive costs that account for all applicable fees and taxes. Proposals will be evaluated based on predefined criteria, ensuring compliance with Federal Acquisition Regulations (FAR) and specific Indian Affairs clauses. Additional procedural requirements for invoice submissions, including the necessity for compliance with Tribal Employment Rights Ordinance (TERO) and other regulatory compliance guidelines, are also noted. Throughout, the emphasis on maintaining standards of service, ensuring timely performance, and maintaining communication with contracting officials encapsulates the government's procedural rigor in its procurement processes. This solicitation not only seeks a provider for propane delivery but also reinforces the ethical and legal frameworks governing federal contracts, aiming for transparent and accountable government spending.
    The document is a Request for Proposal (RFP) for propane delivery services for the Truxton Canon Agency, administered by the Bureau of Indian Affairs (BIA). This procurement is set aside exclusively for Indian Small Business Economic Enterprises. The anticipated contract includes five years of firm-fixed-price service with a one-year base period followed by four option years. Several buildings across multiple locations in Arizona, including Valentine and Peach Springs, are specified for service, encompassing various square footage. The proposal process requires quotations to be submitted electronically to the Contracting Officer, including a comprehensive estimate of all associated costs. The RFP details include terms and conditions based on the Federal Acquisition Regulation (FAR) and specific clauses applicable to Indian Affairs, emphasizing compliance with local employment and environmental laws. Contractors are mandated to adhere to strict payment and invoicing processes through an electronic platform, with provisions for potential delays in service delivery. The proposal also includes stipulations for evaluating offers, ensuring that contractors maintain quality standards, and align with appropriate government regulations. This document illustrates the government's commitment to utilizing local Indian enterprises while ensuring regulatory compliance and quality service provision.
    The document outlines the Statement of Work for a pest control service contract for the Bureau of Indian Affairs' Truxton Canon Agency. The contractor is responsible for all associated costs, including helicopter charges for access to Supai, Arizona, and must obtain scheduling approval from the Facility Manager before commencing services. Pest control will be performed monthly across various buildings in Valentine, Peach Springs, Thornton Tower, and Havasupai, with specific square footage detailed for each location. The contract specifies a base year from April 1, 2025, to March 31, 2026, with the possibility of four additional one-year options extending to March 31, 2030. The document provides contact information for Clint Walker, the Facility Manager, to facilitate communication. This contract proposal indicates a structured government approach to managing pest control services with clear expectations and accountability while ensuring public health standards within the Bureau's facilities.
    The Bureau of Indian Affairs is seeking a contractor to provide monthly pest control services for various buildings across the Truxton Canon Agency locations in Arizona. The contract encompasses a base year (April 1, 2025, to March 31, 2026) and includes four optional extensions for one year each, extending up to March 31, 2030. The contractor bears all costs related to the service, including helicopter transport to remote areas. Pest control is required at multiple facilities, both inside and outside, including specific square footage details for each building. Key facilities include the B.I.A. Detention Centers in Valentine and Havasupai, as well as various office buildings in Peach Springs and Thornton Tower. The Facility Manager, Clint Walker, is the point of contact for scheduling and approvals. This RFP represents the government's efforts to maintain safe environments in public facilities through regular pest control interventions.
    Lifecycle
    Title
    Type
    PEST CONTROL SERVICES
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    F--Noxious Weed Treatment for Chickasaw Agency
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) Chickasaw Agency is seeking contractors for a Noxious Weed Treatment program targeting approximately 1,966 acres of trust and restricted lands within the Chickasaw Nation, primarily focusing on Musk Thistle. The project aims for a 90% kill rate of the targeted weed and requires contractors to be licensed applicators who adhere to federal, state, and tribal pesticide laws while providing a comprehensive work plan and bi-weekly reports that include GPS data and photos. This initiative is part of a broader effort to manage noxious weeds across 74,000 acres in Southern Oklahoma, enhancing land productivity and economic value. Interested parties must submit their proposals by December 17, 2025, at 1700 EST, and can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Combined Pest Control
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide pest control services at Base Cape Cod in Buzzards Bay, Massachusetts, under a contract that spans a base year from January 1, 2026, to December 31, 2026, with four additional option years. The contract requires a Massachusetts-licensed contractor to conduct scheduled monthly and quarterly pest inspections and treatments, as well as unscheduled emergency treatments, with an emphasis on non-chemical pest management techniques and compliance with environmental regulations. This procurement is critical for maintaining a safe and pest-free environment at the base, ensuring adherence to local, state, and federal laws, including those from the EPA and Massachusetts Department of Agricultural Resources. Interested vendors must submit their quotes by December 22, 2025, and include required documentation such as technical plans, past performance references, and proof of liability insurance. For further inquiries, vendors may contact Jessica Bonham at jessica.l.bonham@uscg.mil.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    R--Food Delivery and Courier Services, HES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide Food Delivery and Courier Services for Havasupai Elementary School (HES) located in Supai, Arizona. The procurement involves weekly deliveries of temperature-controlled food and secure package courier services, addressing logistical challenges due to the school's remote canyon location and ensuring compliance with food safety standards. This contract is critical for maintaining the school's operations and supporting its K-8 student population, with a performance period from December 15, 2025, to December 14, 2026, and potential extensions through four option years until December 14, 2030. Interested parties must submit their proposals by December 29, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.