S--SCCAO Tracy Pest Control Services
ID: 140R2025Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide pest control services for its South-Central California Area Office, with a focus on multiple facilities in Byron, California. The contract will span five years, including a base year and four option years, and will require comprehensive pest management services such as monthly exterior spraying and responsive interior services as needed. This procurement is crucial for maintaining a safe and pest-free environment in government facilities, ensuring compliance with health and safety standards. Interested contractors must submit their proposals by the revised deadline of March 17, 2025, at 10:00 AM, and are encouraged to contact Joe Molina at joemolina@usbr.gov or 916-978-5177 for further information.

    Point(s) of Contact
    Molina, Joe
    (916) 978-5177
    (916) 978-5175
    joemolina@usbr.gov
    Files
    Title
    Posted
    The document serves as an amendment to solicitation number 140R2025Q0018, detailing changes and requirements for a government contract. The main objectives include correcting the proposal due date from March 17, 2025, at 5:00 PM to 10:00 AM, confirming that no incumbent contractor exists for the service, and scheduling a site visit on March 11, 2025, at the Tracy Administrative Building in California. Interested parties must RSVP to participate, with a limit of two attendees per response. Additionally, questions regarding the solicitation will be accepted until March 12, 2025, at 2:00 PM. A signed copy of the amendment must accompany any submitted proposal for it to be considered for award, with the contract's performance period outlined from March 24, 2025, to March 23, 2030. This amendment emphasizes the importance of adherence to submission protocols and timelines, ensuring potential contractors are adequately informed about the proposal's specifics.
    The document is a Request for Quotation (RFQ) regarding pest control services for the Bureau of Reclamation's South-Central California Area Office. It seeks small business concerns for a multi-year contract to provide pest and rodent control services across multiple facilities in Byron, California. The contract includes a base year and four option years, focusing on comprehensive pest management, such as monthly exterior spraying and interior services as needed. Contractors must maintain pest control equipment, conduct inspections, and ensure responsive actions when pest issues arise. The RFQ outlines the qualifications required for contractors, such as possessing a valid pesticide applicators license. It specifies the timelines for service and payment processes, clarifying that invoices must be submitted electronically. With an emphasis on small business participation, the RFQ adheres to various regulations and standards. The document is structured to facilitate contractor submissions while ensuring compliance with government contracting rules and expectations, signifying the government’s dedication to maintaining a safe and pest-free environment in its facilities.
    The document appears to be a corrupted or unreadable file and thus cannot be analyzed for content. There are visible structures indicative of text, but the data seems to be distorted or improperly formatted, preventing the identification of topics, key ideas, or supporting details. Given the context of government RFPs, federal grants, and state and local RFPs, a typical document of this nature would generally outline funding opportunities, eligibility criteria, application processes, and related guidelines. However, as the contents are currently inaccessible, a comprehensive summary cannot be provided. Further investigation or retrieval of the original, uncorrupted file would be necessary for accurate analysis and summarization.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior's National Park Service is seeking qualified vendors to provide insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona under solicitation number 140P1525Q0039. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years, aimed at ensuring a safe environment for park visitors by effectively managing pest-related challenges. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and demonstrate their capabilities through an experience narrative and references for similar projects. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    PRINEVILLE PEST CONTROL FY25_FY28
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide pest control services for its facilities in the Prineville District Office of Oregon for fiscal years 2025 through 2028. The contract, which will be awarded on a firm fixed-price basis, requires environmentally sensitive pest control methods, with an emphasis on non-chemical strategies, and mandates the maintenance of detailed logs of site visits and treatments. This procurement is crucial for maintaining the health and safety of government-managed properties, ensuring compliance with environmental regulations and ethical pest management practices. Interested vendors should contact Doris Jeffers at dgjeffers@blm.gov or call 503-808-6061 for further details, with the contract period starting on April 1, 2025, and running through March 31, 2026, with options for two additional years.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    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, is seeking a qualified contractor to serve as a Pest Control Service Advisor/Manager for its facilities in Albany, California. The contractor will provide essential pesticide advisory and supplemental spraying services for various plant species, including tomatoes, wheat, and maize, while addressing threats from fungal, bacterial, and viral pathogens, as well as insect pests. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested parties should contact Shelley C Steen at shelley.steen@usda.gov or call 510-559-6350 for further details, as the contract includes a base year and four option years with specified service hours and invoicing requirements.
    S207 Boise VA Pest Control Services - Solicitation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for pest control services at the Boise Veterans Affairs Medical Center (VAMC) in Idaho. The contract, valued at $17.5 million over a base year and four optional years, requires the contractor to provide comprehensive pest control services, including routine inspections, emergency responses, and treatment for various pests across approximately 525,000 square feet of the facility. This initiative is crucial for maintaining a safe and pest-free environment for veterans receiving care, ensuring compliance with integrated pest management principles and federal regulations. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines, with a site visit scheduled for February 28, 2025, and questions accepted until March 4, 2025. For further inquiries, contact Danielle Carrico at danielle.carrico@va.gov.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.
    FY25 IDIQ's for GHMC Aerial Insecticide Treatments
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors for the FY25 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for aerial insecticide treatments targeting pest management on rangelands. The procurement involves firm fixed-price contracts for the aerial application of insecticides, with contractors responsible for providing aircraft and insecticides while the government supplies maps and oversight. This initiative is crucial for managing pest populations effectively, ensuring agricultural health, and adhering to environmental regulations. Interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or by phone at 161-233-63602 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying IDIQ 2025-2030
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for the Gavins Point Recovery Lands Noxious Weed and Invasive Species Spraying Indefinite Delivery Indefinite Quantity (IDIQ) contract for the period of 2025-2030. This procurement aims to address the management and control of noxious weeds and invasive species in the designated recovery lands, ensuring the preservation of the local ecosystem and compliance with environmental regulations. The services required are critical for maintaining environmental health and supporting biodiversity in the area, with the work to be performed in Vermillion, South Dakota. Interested small businesses are encouraged to reach out to Brianna Wohlers at Brianna.N.Wohlers@usace.army.mil or Constance Ellard at constance.r.ellard@usace.army.mil for further details, as this opportunity is set aside for total small business participation.