Pest Control Services
ID: N4008525R2558Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Exterminating and Pest Control Services (56171)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

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

    The Department of Defense, specifically the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for pest control services at the Naval Support Activity in Crane, Indiana, and the Lake Glendora Test Facility in Sullivan, Indiana. The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) arrangement, requiring both recurring and non-recurring pest control services to manage a variety of pests, ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining health and safety standards within government facilities, with a contract term of twelve months and four optional twelve-month extensions, contingent upon government discretion. Interested small businesses must submit their proposals electronically by 2:00 PM (EDT) on June 24, 2025, and can contact Cassandra Hines at cassandra.c.hines.civ@us.navy.mil or Carrie Grimard at carrie.l.grimard.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document is an amendment (0003) to Solicitation N4008525R2558 for pest control services at the Naval Support Activity Crane and Lake Glendora Test Facility in Indiana. The amendment addresses responses to requests for information and updates about site visits and revised Exhibit Line Items (ELINS). It confirms that the proposal due date remains unchanged at 2:00 PM (EDT) on June 24, 2025. Key changes include information on obtaining the “Proposal Manager” role in the PIEE system for offerors experiencing difficulties submitting proposals, guidance on acknowledging receipt of previous amendments, and important updates related to the revised Exhibit Line Items. Offerors are instructed to complete and submit only the specified revised Exhibit Line Items with their proposals; submissions that do not follow this guideline will be deemed unacceptable. The document maintains the integrity of all other terms and conditions associated with the original solicitation. It serves as an essential communication tool to clarify submission processes, ensuring compliance as the government seeks qualified services for pest control at the designated locations.
    The document is an amendment to the solicitation for pest control services at the Naval Support Activity in Crane, Indiana, and the Lake Glendora Test Facility in Sullivan, Indiana. The amendment primarily extends the proposal due date to 2:00 p.m. (EDT) on June 24, 2024, and modifies the period of performance for the contract. Specifically, the delivery schedule for various Contract Line Item Numbers (CLIN), originally set for July 1, 2025, to June 30, 2026, has been shifted to August 1, 2025, to July 31, 2026. Similar adjustments are made for subsequent CLINs, pushing their performance periods forward by one month. All other terms and conditions remain unchanged, and it is essential for contractors to acknowledge receipt of the amendment to avoid the rejection of their proposals. This document reflects standard practices in government contracting, ensuring transparency and compliance in the proposal process while facilitating necessary adjustments to timelines and schedules.
    The document outlines Amendment 0002 of Solicitation #N4008525R2558 for pest control services at Naval Support Activity Crane, Indiana, and Lake Glendora Test Facility. The amendment includes responses to inquiries, details on a pre-proposal conference, and updated wage determinations. A pre-proposal site visit is scheduled for June 10, 2025, with specific entry requirements for participants. Key concerns addressed include contractor qualifications, particularly regarding pest management experience and insurance requirements. The amendment clarifies that prime contractors may leverage subcontractor experience as long as commitments are documented. Notable changes to the Statement of Work include revised service call tiers, additional service categories, and updated building listings relevant to pest control services. Historical data on service requests and pest issues over the past 24 months are provided, which assist bidders in seeking a competitive advantage. The solicitation is set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals should be submitted electronically, and the due date remains unchanged on June 24, 2025. Overall, this document serves to clarify expectations and regulations surrounding the procurement of pest control services within federal contracting frameworks.
    The document is a solicitation (N40085-25-R-2558) for pest control services, outlining both recurring and non-recurring services required over specific periods for various government facilities, including NSA, NAVFAC, CAAA, NSWC, and BUMED. It comprises multiple exhibits detailing several service requirements, pricing structures, and tasks involved in pest management. The recurring services cover scheduled inspections and treatments across significant square footage of identified government buildings. For instance, varying monthly services involve different units for pest control, such as man-hours and material costs, detailed across various line items. Non-recurring services include trouble calls, rodent baiting, and extensive fumigation protocols, emphasizing safety and compliance with specified standards. This solicitation is critical for maintaining health and safety standards in government buildings, highlighting the importance of pest management as part of federal and state facilities management. The structured approach and detailed specifications ensure that potential contractors understand the necessary commitments, leading to compliance and effective pest control service delivery.
    The document is a solicitation for pest control services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically for Naval Support Activity Crane and the Lake Glendora Test Facility in Indiana. It outlines the requirement for both recurring and non-recurring pest control services, emphasizing compliance with federal, state, and local regulations. Key responsibilities include the provision of labor, tools, equipment, and management to control various pests such as insects and rodents. The structure of the document includes sections on supplies, service pricing, management requirements, safety protocols, and quality assurance. A critical component of the solicitation is the evaluation of offerors based on technical proposals in addition to price. The contract also allows for optional extensions over a four-year period. Additionally, the contractor must ensure that personnel applying pesticides are certified and that all operations adhere to established safety measures. The intent of this solicitation is to secure qualified vendors capable of delivering comprehensive pest management solutions while ensuring a high standard of service delivery and regulatory compliance.
    Lifecycle
    Title
    Type
    Pest Control Services
    Currently viewing
    Solicitation
    Presolicitation
    Sources Sought
    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.
    IMCOM Pest Control
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control 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 will span a base period from January 1, 2026, to December 31, 2026, with four optional one-year extensions. Interested parties should direct inquiries to Katharina Wagner or Tesia Polk and are required to attend a mandatory site visit on December 9, 2025, to better understand the contract requirements.
    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.
    Railroad Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Command Mid-Atlantic, is seeking to extend a contract for railroad maintenance and repairs at the Naval Support Activity in Crane, Indiana. This procurement involves a five-month extension with seven one-month option periods for the existing requirements contract with Alltrack, Inc., which is crucial for maintaining the railroad trackage essential to base operations. The contract value will be increased by $700,000 to accommodate additional capacity during this period, with the follow-on procurement anticipated no later than August 7, 2023, or March 7, 2024, if all options are exercised. Interested parties can reach out to Carrie Grimard at carrie.l.grimard.civ@us.navy.mil or by phone at 812-854-6641 for further details.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    SOLE SOURCE – SOFTWARE LICENSES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.