S207--Request For Information (RFI) Integrated Pest Management Services (IPMS)
ID: 36C25925Q0678Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking information from potential sources for Integrated Pest Management Services (IPMS) at the George E. Whalen VA Medical Center in Salt Lake City, Utah. The objective is to implement environmentally sound pest suppression strategies that utilize a variety of technological and management practices to reduce pest access and harborage. This initiative is crucial for maintaining a safe and healthy environment within the facility, and it encourages participation from small and disadvantaged businesses. Interested contractors must submit their capability statements, including business size status and relevant experience, by 9 AM Mountain Time on August 6, 2025, to Contract Specialist Ernest Appiah at Ernest.Appiah@va.gov.

    Point(s) of Contact
    Ernest AppiahContract Specialist (CS)
    (303) 712-5734
    Ernest.Appiah@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 19 is seeking information on potential sources for Integrated Pest Management Services (IPMS) to promote environmentally sound pest control at the George E. Whalen VA Medical Center in Salt Lake City, Utah. This Sources Sought Notice functions as a request for information, not a formal solicitation for quotes. Interested contractors must provide details about their capabilities, including business size status, contact information, and relevant experience in pest management. The NAICS code applicable to this opportunity is 561710, with a business size standard of $17.5 million. Responses are due by August 6, 2025, at 9 AM Mountain Time. Participants must outline their understanding of the Buy American Act, subcontracting limitations, and provide details about their manufacturing processes if applicable. The initiative underscores the VA's commitment to safe and effective pest management while encouraging participation from small and disadvantaged businesses.
    Lifecycle
    Similar Opportunities
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.
    Pest Management Services USAG Wiesbaden
    Buyer not available
    The Department of Defense, through the U.S. Army Garrison Wiesbaden, is seeking qualified contractors to provide pest management services, including both scheduled and on-demand pest control and surveillance, under a hybrid fixed price and time and materials contract. The contract will span five years, from February 2026 to January 2031, and will require the contractor to utilize an Integrated Pest Management (IPM) approach to address a variety of pests, including rodents, household insects, and public health pests, while adhering to all applicable laws and regulations. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to review the draft Performance Work Statement (PWS) attached to the solicitation, which will be issued before or after November 24, 2025. For inquiries, contact Nancy N. Tagu at nancy.n.tagu.ln@army.mil or by phone at +49 611 143 5466722.
    IMCOM Pest Control
    Buyer not available
    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 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 optional one-year extensions, potentially lasting up to 66 months. Interested parties must attend a mandatory site visit on December 9, 2025, and submit proposals by the specified deadlines, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via email.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Legionella Water Testing (Boise VAMC)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    PM and Services for Tecniplast cage washers in Boise ID
    Buyer not available
    The Department of Veterans Affairs is seeking bids for a firm-fixed price contract to provide preventative maintenance, manufacturer updates, and emergency repair services for an Atlantis RW cage washer at the Boise VA Medical Center's Veterinary Medical Unit. The contractor must demonstrate experience with Tecniplast equipment and ensure the use of OEM replacement parts to maintain the functionality of the newly commissioned cage washer, which is critical for supporting research services at the facility. The contract will span from December 25, 2025, to December 24, 2030, with responses due by 3 PM MST on December 15, 2025. Interested parties should contact Amy Kuczajda at Amy.Kuczadja@va.gov or call 208-429-2018 for further details.
    PEST CONTROL FOR CHEYENNE RIVER AGENCY
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for the Cheyenne River Agency, located in Eagle Butte, South Dakota. The procurement involves a Firm-Fixed-Price (FFP) Purchase Order with a base year from January 1, 2026, to December 31, 2027, and includes four option years, extending the contract through 2031. The services are critical for maintaining a safe and healthy environment at the Walter Miner Law Enforcement Detention Center, requiring comprehensive pest management strategies that prioritize environmentally sound methods and compliance with federal, state, and local regulations. Interested parties can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further details regarding the solicitation, which is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561710.
    J065 | Viewpoint Software Support and Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide support and maintenance services for the Viewpoint Wireless Temperature Monitoring System, as outlined in a Sources Sought Announcement. The procurement aims to gather information on potential vendors who can deliver comprehensive service agreements, including hardware/software warranties, unlimited support, system monitoring, and on-site calibration of NIST probes for various healthcare facilities in Southern Nevada. This initiative is crucial for ensuring proper temperature management within VA healthcare settings, thereby maintaining safety and compliance with federal regulations. Interested parties must respond by February 26, 2025, at 1:00 PM Pacific Time, and are encouraged to contact Gary Christensen at gary.christensen@va.gov for further details.
    S201--IDIQ Floor Cleaning
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for floor cleaning services at the VA Nebraska-Western Iowa Health Care System located in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and includes a base period from March 1, 2026, to February 28, 2027, with four optional ordering periods extending the contract until February 28, 2031. The scope of work involves comprehensive floor maintenance, including stripping existing finishes, scrubbing baseboards, and applying a specialized floor finish to approximately 86,000 square feet of space annually. Interested vendors must submit their quotes via email to John Milroy at John.Milroy@VA.GOV by 4:00 PM Central Time on December 11, 2025, with a guaranteed minimum contract value of $120,000 for the base period and a maximum potential value of $800,000 over the contract's lifetime.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.