General Pest Control, Ft Riley, KS
ID: W911RX-25-Q-A008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, 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 Defense, through the Mission and Installation Contracting Command at Fort Riley, Kansas, is soliciting proposals for General Pest Control services under an Indefinite Delivery-Requirements contract. The procurement aims to implement Integrated Pest Management (IPM) practices to address pest issues affecting military readiness and personnel well-being, with services required across various facilities on the installation. This contract will span a base year starting April 21, 2025, with four optional years, and is exclusively set aside for small businesses under NAICS code 561710. Interested contractors must submit their proposals by February 22, 2025, and can direct inquiries to Patricia Barth at patricia.j.barth3.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The file presents a Pesticide Use Proposal for Fort Riley, Kansas, outlining essential information required for the submission process. It includes fields for the pesticide's trade name, EPA registration number, and the active ingredients. The proposal is aimed at contractors who intend to utilize pesticides in the specified installation area. The document emphasizes the need for compliance with federal and state regulations concerning pesticide usage, indicating its relevance in the context of federal RFPs and grants. It serves as a formal request for proposals from contractors, ensuring that all submissions include specific details to adhere to safety and regulatory standards. This proposal not only facilitates the procurement process but also reinforces the government's commitment to environmental safety and health protection.
    The document pertains to a government Request for Proposals (RFP) related to pest control services at Fort Riley. It addresses common inquiries regarding pest problems, service logistics, licensing requirements, and contract specifics. Key points include the absence of major roach issues currently, the capacity for contractors to work after hours depending on demand, and the potential fluctuation in the number of dining facilities (DFACs) needing service. Contractors must be licensed in Kansas, and the use of certain chemical sprays is estimated at 1.5 to 2 lbs. per year for the entire base. The document emphasizes that all contractors must provide their own equipment, and any adjustments regarding contract prices have been clarified to extend until April 2025. Various pest-related services, including miscellaneous pest control and wildlife trapping, were also outlined, highlighting specific insect management practices and compliance with safety and labor regulations. Overall, the RFP serves as a comprehensive guideline for interested contractors, detailing the expectations, requirements, and operational aspects of the pest control contract at Fort Riley, ensuring transparency and facilitating the bidding process.
    The document addresses inquiries related to a pest control services solicitation by the government, particularly changes in the Statement of Work (SOW) and wage determinations. Notably, the Performance Work Statement (PWS) expanded to include more bed bug treatment options. No correction notices have been issued in the past 24 months. Contractors must demonstrate relevant pest control experience as part of their evaluation. Furthermore, clarity is provided on the necessity of returning specific documentation, including pricing for Contract Line Item Numbers (CLINs). Wage determination updates indicate that contractors should adhere to the latest wage rates for pest controllers, specifically $17.72 as the base wage and a rising health & welfare rate, underscoring the importance of compliance with Department of Labor guidelines. The government will determine wages based on contractor proposals rather than setting them directly. Overall, this document serves as guidance for contractors responding to the solicitation, ensuring they meet requirements and understand wage regulations.
    The Standard Operating Procedure (SOP) outlines the implementation of Integrated Pest Management (IPM) within Child Development Centers (CDC) at Fort Riley. Its primary objective is to ensure the safe and effective control of pests while keeping stakeholders informed. The SOP mandates that all personnel involved in pest control understand and comply with established guidelines, including notification protocols for parents or legal guardians regarding pesticide applications. The Directorate of Public Works is responsible for preparing and updating the Integrated Pest Management Plan (IPMP), monitoring pest control activities, and coordinating with relevant health and environmental organizations. Center personnel must communicate pest control activities to staff and guardians, ensuring notifications are distributed 24 hours prior to any treatments. The use of pesticides, particularly herbicides, is restricted to areas inaccessible to children, and mechanical control methods are preferred for cosmetic purposes. Exemptions from notification requirements are specified for common disinfectants and certain rodent baits. Emergency procedures for urgent pest control situations are also included. This SOP emphasizes a comprehensive, preventive approach to pest management, prioritizing minimal chemical use and enhanced communication, reflecting a commitment to safety in child care facilities.
    This document provides a comprehensive listing of scheduled services facilities as of October 1, 2023, relevant to federal operations, specifically detailing various permanent facilities and their gross square footage. It categorizes facilities into segments such as AAFES (Army and Air Force Exchange Service) and DFMWR (Family and Morale, Welfare and Recreation), along with troop dining and youth service facilities, each noted with their corresponding facility numbers and square footage. It serves as a reference for federal agencies involved in RFPs (Request for Proposals) and grants, indicating the scale and capacity of facilities available for service delivery. The primary purpose of this document is to inform potential bidders and stakeholders about the existing facilities that may be leveraged in upcoming projects or grant applications. By detailing the size and purpose of each facility, the document highlights infrastructure availability for logistical planning and resource allocation in federal operations. Accurate and concise, this summary preserves the necessary information regarding facility specifications to enable informed decision-making in governmental contracting and program implementation.
    The Armed Forces Pest Management Board's Technical Guide No. 7 addresses installation pesticide security, aiming to enhance pest management practices post-September 11, 2001. It highlights potential threats from the misuse of pesticides, outlining concerns about public health, environmental damage, and operational disruptions. The guide emphasizes securing pesticide storage and application areas, ensuring that only certified personnel handle pesticides, and maintaining detailed inventories for emergency response. It stresses the necessity for physical and operational security measures, including secure storage, identification of applicators, and public notification regarding pesticide applications. The document also provides appendices detailing pesticide toxicity, first aid for poisoning, and resources for security information. The guide serves as a critical framework for military installations, aiding in safeguarding against potential threats while ensuring compliance with federal regulations regarding pesticide management.
    The Standard Operating Procedure (SOP) for Spill Containment, Cleanup, and Disposal of Pesticides at Fort Riley outlines the necessary protocols to manage pesticide spills during pest control operations. It applies to all personnel, both government and contractors, emphasizing the importance of understanding these procedures through mandatory training. The SOP mandates reporting to the Fort Riley Fire Department for spills outside designated mixing areas, ensuring compliance with Environmental Protection Agency (EPA) regulations for reportable quantities (RQ). Key steps include the use of personal protective equipment (PPE) during cleanup, guidelines for the reporting process, and specific containment measures to mitigate environmental impact. In the event of an injury, immediate first aid protocols and transportation to medical facilities are outlined. The document emphasizes the importance of safety, outlining detailed instructions for handling spills, including proper disposal methods for hazardous waste. The SOP serves to uphold environmental safety standards and minimize injury risks for personnel involved in pest control activities.
    The document serves as a guideline for recording pesticide application operations within a federal or state context. It outlines a structured format to enter relevant data, including pesticide trade names, active ingredients, EPA registration numbers, application dates, quantities, and specific areas treated. The primary aim is to streamline data entry to facilitate efficient tracking and reporting of pest management activities. Users are instructed to fill in essential information in designated cells, ensuring that the data populates across various worksheets in a user-friendly dropdown menu format. Important instructions emphasize that no pesticide data should be entered beyond specified rows, indicating a controlled approach to data management. This template is designed to assist agencies in complying with regulatory standards and maintaining accurate records of pesticide usage, reflecting the government's commitment to environmental safety and oversight in pest management practices.
    The Fort Riley Mission and Installation Contracting and Command (MICC) Office is organizing a site visit on February 4, 2025, at 10:00 AM CST for the 1st Infantry Division at Fort Riley, Kansas. Participants will tour the facilities relevant to a pending contract. Access for visitors can be found on the Fort Riley website, while commercial deliveries must enter through the 12th Street Access Control Point (ACP) from designated routes. This access point is operational from 5:00 AM to 7:00 PM (CST) Monday through Friday, with specific parking instructions provided for building 1792. Overall, this document serves to inform potential contractors and visitors about necessary access and delivery protocols at Fort Riley, reinforcing security and logistical planning for the site visit.
    The Fort Riley Mission and Installation Contracting Command (MICC) is hosting a site visit for the 1st Infantry Division at Fort Riley, Kansas, on February 4, 2025, at 10:00 AM CST. The visit will include a partial tour of the relevant facilities related to an upcoming contract. For visitor access, detailed information can be found on the Fort Riley website, which provides essential guidance on entry protocols. Effective immediately, deliveries can only access the base through the 12th Street Access Control Point (ACP), which operates from 5:00 AM to 7:00 PM CST on weekdays. Visitors are instructed to park on the left side facing Building 1792 upon entering through this access point. This document serves to inform potential vendors and contractors about site access procedures as part of ongoing procurement actions related to military operations at Fort Riley. It underscores the importance of adhering to security protocols and delivery instructions crucial for coordination during contracted services.
    The U.S. Army's 923rd Battalion, located at Fort Riley, Kansas, is issuing a solicitation under RFQ number W911RX25QA008 for General Pest Control services. The contract will be an Indefinite Delivery-Requirements type, set aside entirely for small businesses, with a base period of one year starting on April 21, 2025, and four option years to follow. The contractor will perform services outlined in the Performance Work Statement on a firm-fixed price basis, invoicing actual quantities performed. Key evaluation criteria for proposals include submission of required documentation, pricing of specific service schedules, relevant experience of the Project Manager, and possession of necessary pesticide licenses. Offers are due by 2:00 PM CST on February 22, 2025. The solicitation details compliance with various regulations, including FAR and DFARS references, insurance requirements, and safety measures relevant to work on a military installation. The document also specifies site access protocols, including the need for the contractor to submit identification forms for employees, and outlines the procedures for questions and responsibilities regarding access control. This reflects the Army's commitment to maintaining safety and legal compliance in its procurement processes.
    The solicitation W911RX25QA008 from the 923rd Battalion/Mission and Installation Contracting Command at Fort Riley, Kansas, seeks an Indefinite Delivery-Requirements contract for General Pest Control services. This initiative, open exclusively to small businesses under NAICS code 561710, encompasses a base one-year period starting April 21, 2025, with four optional years. The contract includes provisions for scheduled services, service orders, disease vector control, and sustainment repair and maintenance, with tasks to be funded individually based on submitted price schedules. Offers must adhere to FAR regulations and include key documentation, including a project manager's resume with relevant experience, a pesticide business license, and specific employee certifications. Furthermore, bidders need to ensure compliance with various clauses regarding contract administration and environmental responsibilities. Strict inspection, acceptance, and delivery protocols are outlined, emphasizing the importance of adherence to fire safety regulations and insurance requirements. The solicitation underscores the need for contractors to maintain thorough records of personnel access badges and comply with Fort Riley's security protocols. Overall, this solicitation reflects the government’s commitment to effective pest control services while enforcing small business participation and regulatory compliance.
    The solicitation W911RX25QA008 from the 923rd Battalion at Fort Riley, Kansas seeks proposals for General Pest Control services under an Indefinite Delivery-Requirements contract. This combined synopsis outlines the requirement for small businesses, with a contract period beginning on April 21, 2025, including the base year and four option years. Evaluations will be based on criteria such as compliance with instructions, pricing on provided schedules, qualifications of personnel, and required licensing. Offerors must submit a signed addendum to the instructions, proof of relevant business licenses, and personnel credentials. Additionally, contract performance will be governed by various federal regulations, ensuring compliance with procurement standards. Important clauses regarding payments, service performance, and environmental regulations applicable to Fort Riley operations are also included. Offers must be submitted to the designated Contract Specialist by February 21, 2025. The government reserves the right to cancel the solicitation without obligation to reimburse expenses incurred by offerors. This document exemplifies the structured approach of government procurement for essential services, prioritizing small business participation while adhering to strict regulatory frameworks.
    The document outlines the solicitation for General Pest Control services at Fort Riley, Kansas, issued under solicitation number W911RX25QA008. The 923rd Battalion intends to award a single Indefinite Delivery-Requirements contract primarily aimed at small businesses. The contract spans five years, beginning April 21, 2025, with a one-year base period and four option years. Contractors must submit task orders priced per the provided Price Schedule, with monthly service estimates that do not guarantee actual work requirements. To ensure compliance, various evaluation criteria are detailed, including a signed addendum, completed pricing for specific fields, relevant experience documentation, licenses, and certifications. The document also highlights specific terms regarding performance, insurance requirements, and work conditions on Fort Riley, including safety protocols and access regulations for contractor personnel. A site visit is scheduled for February 4, 2025, for interested contractors to familiarize themselves with the expectations and requirements. All proposals are due by February 21, 2025. The government retains the right to cancel the solicitation at any time without financial reimbursement obligations to the offerors.
    This document outlines the performance requirements for a contractor engaged in pest control services under a government contract. Key services addressed include pesticide usage reporting, scheduled services, service orders, and treatments for wood-destroying insects such as termites. Each service is paired with a specific standard and allows for a defined maximum degree of deviation permissible under the contract, with corresponding methods of surveillance for compliance. For instance, pesticide reporting mandates complete and accurate documentation, whereas wood-destroying insect treatments require 100% inspection of applications to ensure adherence to industry standards and a five-year warranty against reinfestation. The document emphasizes systematic oversight through quality assurance evaluations and random inspections, ensuring that the services provided align with contractual obligations and quality controls. Overall, it represents a structured framework for monitoring contractor performance within federal and local oversight standards in pest management.
    The document outlines the deliverables schedule for a contractor, detailing essential submissions post-contract award essential for compliance and project execution. It includes specific requirements such as a Contractor Work Plan, lists of major materials, vehicles, and equipment, all due within defined timeframes (e.g., 15 days for materials and equipment). Safety Data Sheets for pesticides must be submitted initially, with updates required before the use of any new chemicals. Additional elements include proof of licenses and certifications, a Quality Control Plan, pesticide usage reporting forms, warranties for termite treatments, and a monthly schedule. The structure emphasizes a systematic approach to documentation and compliance, essential in ensuring safety standards and effective project management in federal projects. These requirements align with broader regulatory frameworks often found in federal and state RFPs, fostering accountability and operational integrity throughout the contract lifecycle.
    The document outlines a comprehensive Bid Schedule for pest control services over multiple contract years, specifically detailing the service pricing schedule from May 2025 to April 2030. It enumerates various line items (CLINs) associated with pest management activities, including scheduled services, service orders, and disease vector control actions. Each CLIN lists unit quantities, descriptions, and pricing, with explicit mention of pest control actions regarding scheduled services, inspections, and removal tasks, though all pricing fields are currently marked as $0.00. The schedule spans four option years, providing a structured approach to service provision with specific metrics for evaluation. The document also emphasizes the importance of service orders for actions not covered in scheduled services, showcasing a proactive framework for addressing pest-related issues. Through this detailed presentation, the document serves as a formal proposal mechanism relevant within government procurement contexts, aiding agencies in acquiring the necessary pest control services while aligning with federal and state contracting procedures. Ultimately, this bid schedule reflects a systematic effort to manage pest control services effectively, ensuring compliance and operational efficiency across designated facilities.
    The file outlines Wage Determination No. 2015-5343, issued by the U.S. Department of Labor under the Service Contract Act as of July 20, 2023. It establishes minimum wage requirements for contracts subject to this Act, indicating that rates must comply with either Executive Order 14026 or Executive Order 13658 based on contract award dates. The minimum hourly wage for covered workers is set at $16.20 if contracts commence post-January 30, 2022, or $12.15 if awarded between January 1, 2015, and January 29, 2022, unless otherwise stated in the wage determination. The document provides specific wage rates across a range of occupations from administrative support to technical and maintenance roles, alongside fringe benefits such as health and welfare, paid vacation, and holidays. It emphasizes the necessity for contractors to ensure compliance with regulations, including the establishment of paid sick leave for employees, as mandated by Executive Order 13706. This wage determination serves as an essential guideline for federal contracts, ensuring fair compensation and protection of worker rights in various occupations across multiple Kansas counties. The detailed classification lists facilitate compliance and transparency in contractor obligations.
    The document outlines wage determination under the Service Contract Act, detailing the minimum wage rates applicable to federal contracts based on Executive Orders 14026 and 13658. It specifies that contracts awarded or renewed post-January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, unless higher rates are set within the wage determination. This determination is critical for contracts in Kansas covering various occupations across specific counties, listing detailed wage rates for numerous job classifications including administrative support, automotive services, and health occupations. It also notes fringe benefits such as health and welfare payments, vacation, and holiday pay, along with required compliance for sick leave under Executive Order 13706. Additionally, the document addresses uniform allowances, hazardous pay differentials, and the conformance process for unlisted job classifications, ensuring all federal contract employees receive fair compensation consistent with established wage standards. Overall, the document serves as a comprehensive guideline facilitating adherence to wage and labor standards for contractors involved in federal service contracts.
    The file outlines the Performance Work Statement (PWS) for pest management services at Fort Riley, Kansas, emphasizing a non-personal services contract where the contractor is responsible for pest control operations. The main objectives include implementing Integrated Pest Management (IPM) practices to mitigate pest issues affecting military readiness and personnel well-being. The scope encompasses pest surveillance, identification, and treatment across all non-family housing areas and other designated facilities. The contract spans one base year with four option years, beginning in May 2025. Key responsibilities include maintaining communication with the Contracting Officer, adhering to all applicable laws regarding pest management, and maintaining safety and environmental standards during operations. The contractor must provide qualified personnel, adhere to strict safety protocols, and ensure that pest control operations do not interfere with essential military functions. They are also required to submit regular reports detailing their activities. This PWS serves as a comprehensive guide for the procurement process for pest management, aligning with federal and state regulations to ensure effective service delivery and environmental compliance.
    The Performance Work Statement (PWS) for Pest Management Services outlines the requirements for a non-personal services contract to be executed at Fort Riley, Kansas. The contractor will provide integrated pest management (IPM) services, which include pest surveillance, identification, and control across various facilities within the installation. The goal is to comply with federal, state, and Army regulations while ensuring the health and safety of military personnel and their families. Key responsibilities of the contractor include maintaining effective communication with government officials, conducting regular inspections, applying pesticides judiciously to minimize environmental impact, and adhering to strict safety and reporting protocols. The contract will run for an initial 12-month period with four optional renewals. The document encompasses critical guidelines around environmental compliance, contractor responsibilities, and necessary certifications for pesticide applicators, emphasizing a commitment to best practices in pest management. Overall, the PWS serves to protect Army operations and installations from pests while prioritizing safety and regulatory adherence.
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract providing pest management services at Fort Riley, KS. The contractor is responsible for employing integrated pest management (IPM) techniques to control various pests affecting military operations and personnel health. The scope includes scheduled and unscheduled pest control in specified areas, with a focus on environmental compliance and safety. Key elements of the contract include a one-year base period followed by four optional years, with detailed requirements for pest surveillance, pesticide application, and communication with government representatives. The contractor must comply with federal, state, and Department of Defense regulations, submitting reports on pest management activities and maintaining personnel certifications. The document specifies contractor responsibilities, including maintaining equipment, ensuring employee qualifications, and adhering to safety and environmental standards. Regular inspections and reporting to government officials are also outlined. This PWS serves the dual purpose of safeguarding military readiness and ensuring occupational health and safety in a structured government contracting context.
    Lifecycle
    Title
    Type
    Solicitation
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under the oversight of the MICC-FT Riley office. The contract, which is set aside for 8(a) businesses, requires comprehensive custodial duties across approximately 130 facilities, covering over one million square feet, with a focus on maintaining high cleanliness standards, particularly in sensitive areas such as Child Development Centers. This opportunity is crucial for ensuring a safe and hygienic environment for military personnel and their families, with a contract period starting in June 2025 and options for up to four additional years. Interested contractors should submit their proposals by March 10, 2025, and can contact Selvena Carter or Richard Brown for further information.
    Grounds Maintenance Services for KS065 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at Army Reserve facilities located in Pittsburg and Parsons, Kansas. The procurement includes a base contract period of one year, with the potential for four additional option years, covering services such as monthly maintenance, seasonal clean-ups, and pest management. These services are critical for maintaining the aesthetic and functional quality of government properties, ensuring compliance with federal regulations and standards. Interested small businesses are encouraged to submit their bids by the specified deadlines, with an estimated total contract value of $9,500,000. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    PW-South Herbicide-Pesticide IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is soliciting proposals for the PW-South Herbicide-Pesticide Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure landscaping services, including the application of herbicides and pesticides, to maintain and enhance the health of various landscapes. Such services are crucial for ensuring the safety and aesthetics of military installations and surrounding areas. Interested small businesses are encouraged to reach out to Daisy Ciarlariello at Daisy.Ciarlariello@usace.army.mil or call 817-886-6592 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Pest Control Netting
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the installation of pest control netting at Building 952, Joint Base San Antonio (JBSA) Chapman Annex, Texas. This procurement aims to address pest management issues by installing heavy-duty bird netting designed to prevent access by birds, rodents, and reptiles, thereby ensuring a safe and functional environment for the 37th Training Support Squadron. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 313210, with proposals due by February 27, 2025, and will be evaluated based on the Lowest Priced Technically Acceptable (LPTA) method. Interested vendors should direct inquiries to Parie D Reynolds at parie.reynolds@us.af.mil or LANCE M WATTERS at LANCE.WATTERS.1@US.AF.MIL for further details.
    ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterminating and pest control services at the Organ Pipe Cactus National Monument in Arizona. The contract, identified by solicitation number 140P1525Q0039, is set for a base year from April 1, 2025, to March 31, 2026, with the possibility of extending for up to four additional years. These services are crucial for maintaining a safe environment for park visitors by effectively managing pest-related challenges in the area. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and should ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI) to qualify for the award. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Grounds Maintenance Services at KS104 Dodge City, KS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility KS104 located in Dodge City, Kansas. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, weed control, and seasonal clean-up, with a focus on maintaining the aesthetics and functionality of the facility's outdoor areas. This procurement is critical for ensuring the upkeep of government properties and compliance with federal standards, reflecting the importance of maintaining a professional appearance for Army installations. The total contract value is estimated at $9,500,000, covering a base period from April 1, 2025, to March 31, 2026, with four optional renewal periods. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details and to ensure compliance with the submission timelines.
    S207 Boise VA Pest Control Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for pest control services at the Boise VA Medical Center, specifically at two locations in Boise, Idaho. This presolicitation notice is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561710, focusing on exterminating and pest control services, with a small business size standard of $17.5 million. The contract will include a base period with four additional option years and the possibility of a six-month extension, highlighting the importance of effective pest management in maintaining the facility's operational integrity. Interested vendors should prepare for the anticipated Request for Quote release in late February 2025, with a site visit scheduled for February 28th, and may contact Danielle Carrico at danielle.carrico@va.gov for further information.
    U.S. Customs and Border Protection (CBP), U.S. Border Patrol (USBP), Tucson Sector Pest Control Management Service Requirement
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking proposals for Pest Control Management Services within the Tucson Sector, focusing on the implementation of Integrated Pest Management (IPM) strategies. The contractor will be responsible for conducting thorough inspections, employing non-chemical control methods, and applying pesticides in compliance with federal and state regulations, while maintaining a detailed work plan and performing monthly inspections at designated locations. This service is critical for ensuring the operational effectiveness of Border Patrol facilities and adhering to environmental and safety standards. Interested contractors must contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov for further details, with the contract expected to span twelve months and include four potential one-year extensions.
    Invasive Species Control Services - Amendment 0002
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Invasive Species Control Services at USAG Okinawa, Japan, under contract FA527025Q0005. The procurement aims to manage and control invasive species from fiscal year 2025 through fiscal year 2029, ensuring compliance with environmental regulations and protecting critical habitats. This initiative is crucial for maintaining ecological balance and mitigating the impacts of invasive flora and fauna on military installations. Interested vendors must submit their quotes by February 28, 2025, and can direct inquiries to Nina Wickwire at nina.wickwire.2@us.af.mil or Martin Almazan at martin.almazan@us.af.mil, with a total contract value capped at $300,000.
    Grounds Maintenance Services for MI005, Bay City, MI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services for the Army Reserve facility MI005 located in Bay City, Michigan. The procurement encompasses a range of services including mowing, aeration, fertilization, and seasonal clean-up, with a contract period consisting of a base year and four optional annual renewals, active from April to November. This contract is crucial for maintaining the operational readiness and aesthetic standards of military facilities, ensuring compliance with federal regulations and safety protocols. Interested small businesses must submit their proposals by February 24, 2025, with inquiries directed to Kayla Christian at kayla.j.christian.civ@army.mil.