S--PEST CONTROL SERVICES - USGS SAVANNAH SC FIELD OFF
ID: 140G0125Q0111Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- OTHER (S299)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide pest control services at its Savannah Field Office located in Hardeeville, South Carolina. The procurement requires extermination services to be performed on a monthly basis, along with snake and ant deterrent applications twice a year, as outlined in the Performance Work Statement. This contract is crucial for maintaining a safe and pest-free environment at the facility, which is situated on a Fish & Wildlife Service Refugee Facility. Interested vendors must submit their quotes, including pricing and technical capabilities, by May 20, 2025, with the contract being a firm fixed-price arrangement awarded based on the lowest price technically acceptable. For further inquiries, interested parties can contact Susan Ruggles at sruggles@usgs.gov or by phone at 123-456-7890.

    Point(s) of Contact
    Ruggles, Susan
    (123) 456-7890
    (703) 648-7899
    sruggles@usgs.gov
    Files
    Title
    Posted
    The Savannah Field Office of the US Geological Survey (USGS) requires extermination services for its facility at 765 Alligator Alley, Hardeeville, SC. The contract entails weekly pest control from Monday to Thursday during business hours, with the potential for a one-year term, extendable by an additional four years. The contractor will manage pest control in various areas, including the building's interior and exterior, ensuring cleanliness throughout the site. The services involve monthly applications of pesticides for common pests such as roaches, ants, and rodents, with biannual treatments for snakes and ants. Regular inspections and removal of wasps and their nests are also mandated. The contractor must provide all necessary equipment and chemical safety documentation, maintaining a proactive stance toward pest management and facility sanitation. This RFP outlines the expectations for maintaining a pest-free environment critical for operational integrity within the USGS premises, highlighting the government’s commitment to environmental health and safety standards.
    The document is an amendment to a solicitation for pest control services under the U.S. Geological Survey (USGS). The amendment clarifies that there is no incumbent contractor and introduces new clauses concerning site visits. Interested contractors can attend a site visit scheduled for May 16, 2025, at the South Atlantic Water Science Center in Hardeeville, SC. The contact person for the site visit is Andrew W. Robinson, whose contact information is provided. The performance period for the contract is from June 1, 2025, to May 31, 2026, with an option for four additional years. The document emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. No other terms or conditions of the original solicitation have been modified. Offerors are advised to direct questions to Susan Ruggles via email.
    The document outlines a federal solicitation for pest control services, establishing a contract effective from June 1, 2025, with options for four additional years. The primary objective is to procure pest control services for the U.S. Geological Survey (USGS), with the initial contract period running until May 31, 2026. The document entails a detailed scope of work, obligations of the contractor, and compliance with various federal regulations. Key clauses involve requirements for registration in the System for Award Management (SAM), adherence to labor laws, and stipulations regarding subcontracting opportunities for small businesses. It includes specific provisions related to the Defense Priorities and Allocations System (DPAS) and the prohibition of certain telecommunications equipment as mandated by federal law. The solicitation emphasizes the importance of detailed proposals from potential contractors and establishes the criteria for their evaluation. Proper invoicing and compliance with OSHA standards are highlighted as essential for contract performance. This solicitation serves as part of the federal government's procurement efforts to ensure effective pest control services while maintaining regulatory compliance and fostering small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    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.
    Pest Management Services USAG Wiesbaden
    Dept Of Defense
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    GPS/GSM Avian Transmitters
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure fifty (50) GPS/GSM avian transmitters for its Wildlife Services program in Utah. This procurement aims to fulfill mission requirements related to wildlife management and monitoring. The contract will be a one-time commercial purchase order, with delivery required to Millville, Utah, and is set aside for small businesses under NAICS code 334220. Interested vendors should direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, with the anticipated contract effective date being January 1, 2026.
    76--GPSC5 Amendment Five Request for Qualifications
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.