S207--SOURCES SOUGHT NOTICE for Pest Control and Extermination Services
ID: 36C24426Q0052Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, 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 Veterans Affairs is seeking qualified vendors to provide Pest Control and Extermination Services for its facilities in Coatesville, Lebanon, and Philadelphia, Pennsylvania. The procurement aims to implement comprehensive Integrated Pest Management (IPM) services, which include inspections, prevention, monitoring, and control of various pests, while adhering to federal, state, and local regulations. This initiative is crucial for maintaining safe and healthy environments in medical facilities, particularly in sensitive areas such as pharmacies and patient-occupied spaces. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), must submit their capabilities and relevant information by email to Lakeisiha.Davenport@va.gov no later than 10:00 AM ET on November 7, 2025, as this is a Sources Sought Notice and not a solicitation for quotes.

    Point(s) of Contact
    Contract SpecialistLakeisiha Davenport
    (412) 822-3777
    Lakeisiha.Davenport@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice to identify capable vendors for Pest Control and Extermination Services at its Coatesville, Lebanon, and Philadelphia VAMCs. This RFI, designated by Solicitation Number 36C24426Q0052, aims to gather market research and inform the VA's acquisition strategy, potentially including socio-economic set-asides. Interested parties, particularly SDVOSB/VOSB contractors with VetCert certification, are invited to demonstrate their capabilities. The NAICS code for this procurement is 561710 (Extermination and Pest Control Services) with a $17.5 Million size standard. Responses, including company details, SAM UEI number, and contact information, are due via email to Lakeisiha.Davenport@va.gov by November 7, 2025, at 10:00 AM ET. This is not a solicitation for quotes, and questions will not be accepted at this time, though clarification needs for the draft SOWs should be included in responses.
    The Veterans Health Administration (VHA) requires comprehensive Integrated Pest Management (IPM) services for its medical facilities in Coatesville, Pennsylvania, and two Community-Based Outpatient Clinics (CBOCs) in Delaware County and West Norriton. The contractor will provide all resources to implement an IPM plan, including inspections, prevention, monitoring, and control of arthropod and vertebrate pests using environmentally sound practices and minimizing pesticide use. Services will be performed three times a week, with responses to routine calls within 12 hours and emergencies within four hours. The contract emphasizes quality control, safety protocols, and compliance with federal, state, and local regulations, including VHA Directive 1850.02 and EPA guidelines. The contractor must develop a Quality Control Plan, provide certified personnel, and adhere to strict reporting requirements. The scope includes pest control for interiors, exteriors, grounds, and government vehicles, addressing various pests like insects, rodents, birds, and other mammals, with specific considerations for hospital settings and critical areas like pharmacies and ICUs.
    This Performance Work Statement outlines the requirements for an Integrated Pest Management (IPM) plan at the Corporal Michael J. Crescenz VAMC and its associated facilities. The contractor must provide all necessary resources, including certified personnel, to implement comprehensive interior and exterior pest control services, adhering to all federal, state, and local environmental regulations, including EPA guidelines and National Pest Control Association standards. Services cover a wide range of pests, including vermin, wildlife, and birds, and include scheduled weekly visits, emergency responses, and specialized treatments for critical areas like food handling and patient-occupied spaces. Key requirements include specific service hours, a 24-hour emergency response within two hours, and strict reporting protocols, including pesticide logbooks and detailed monthly activity reports. The contract includes a base year and four option years.
    Lifecycle
    Similar Opportunities
    S207--IDIQ - Pest Control Service - VA FARGO
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, is seeking qualified small business sources for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide comprehensive Integrated Pest Management (IPM) services for the Fargo VA Health Care System. The objective of this procurement is to ensure a safe, sanitary, and compliant environment across VA facilities, with services including general pest management, bed bug treatments, and the removal of bats and vertebrate pests, all adhering to strict guidelines and regulations. This contract will span from January 1, 2026, to December 31, 2027, with four optional 12-month extensions through December 31, 2031, and is classified under NAICS code 561710, with a small business size standard of $17.5 million. Interested parties must submit their capability statements by December 9, 2025, at 17:00 Mountain Time to Dennis Salmonsen at dennis.salmonsen@va.gov.
    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.
    Combined Pest Control
    Buyer not available
    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.
    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 targeting public health pests, including invasive species and disease vectors, to ensure the well-being of personnel and the integrity of facilities. This contract, valued at approximately $17.5 million, is set aside for small businesses and 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 must attend a mandatory site visit on December 9, 2025, and submit proposals by following the outlined instructions, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via their provided emails.
    J042--Emergency Vehicle Preventative Maintentance and Safety Inspections (5 year ordering) Coatesville VA Medical Center
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified vendors for preventative maintenance and safety inspections of two emergency vehicles at the Coatesville VA Medical Center in Coatesville, PA. This procurement, which is set for a five-year ordering period, is crucial for ensuring the operational readiness and safety of emergency response vehicles used in veteran care. The full solicitation, numbered 36C24426Q0098, is expected to be posted on www.sam.gov around December 3rd, 2025, with a response deadline of December 9th, 2025. Interested parties must be registered in the System for Award Management (SAM) and can direct any inquiries in writing to Contracting Officer Keri Hester at keri.hester1@va.gov.
    J065--Controlled Environment Testing Association (CETA) Certifications Department of Veterans Affairs (VA) Veterans Integrated Service Network (VISN) 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Controlled Environment Testing Association (CETA) Certifications for its Veterans Integrated Service Network (VISN) 4, which includes nine hospitals in Pennsylvania. The procurement involves comprehensive testing, certification, preventive maintenance, repair, and filter replacement services for critical containment and ventilation equipment, adhering to United States Pharmacopeia (USP) standards. This contract, structured as a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) with a five-year performance period, requires contractors to be CETA certified and registered, with detailed reporting obligations. Interested parties must respond by December 11, 2025, and can contact Loretta Payne at loretta.payne@va.gov for further information.
    Q702--Allentown Outpatient Clinic IOT&A
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Initial Outfitting, Transition, and Activation (IOT&A) services for the new Allentown Outpatient Clinic in Pennsylvania. This project, which is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to replace existing clinics and enhance healthcare access for Veterans by providing a facility that will span approximately 51,355 net usable square feet and include 600 parking spaces, offering expanded Primary Care, Mental Health, and specialty services. The firm-fixed-price contract is expected to have a performance period of 37 months, with the solicitation anticipated to be posted around February 19, 2026, and a closing date of March 16, 2026. Eligible SDVOSBs must be verified by the VA and meet the size standards for NAICS code 541614, with inquiries directed to Michele Laser at michele.laser@va.gov or Mercedes Blanton at mercedes.blanton@va.gov.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    J041--VAGLAHS Deodorizer Services
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide non-aerosol deodorizer services for the Veterans Administration Greater Los Angeles Healthcare System (VAGLAHS). The contractor will be responsible for the installation, maintenance, and servicing of approximately 1,027 odor control devices across four campuses, with routine maintenance required every 21 days and emergency response within two business days for any damaged devices. These services are crucial for maintaining a pleasant and hygienic environment in healthcare facilities, utilizing safe, non-toxic, and biodegradable products that effectively eliminate odors without masking them. Interested contractors must submit their responses to the Sources Sought Notice by December 12, 2025, via email to Danielle.Carroll4@va.gov, including their Unique Entity Identification and examples of past performance.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. The project requires the contractor to provide all necessary labor, materials, and design services to ensure compliance with VA guidelines and applicable codes, including the installation of a new Building Automation System and upgrades to HVAC components. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to have a contract value between $1 million and $5 million, with a performance period of 270 calendar days from the Notice to Proceed. Interested parties must submit their proposals for Phase I by December 17, 2025, and direct any inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov.