PEST CONTROL
ID: FA822424Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8224 OL H PZI PZIMHILL AFB, UT, 84056-5805, 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, specifically the Department of the Air Force, is seeking proposals for pest control services at Hill Air Force Base (HAFB) and the Utah Test and Training Range (UTTR) under solicitation number FA822424Q0018. The contract requires comprehensive pest management, including rodent control, mechanical cleaning, and adherence to health and safety regulations, with services to be performed bi-weekly at UTTR and quarterly for mechanical cleaning as per customer requests. This procurement is crucial for maintaining hygienic conditions and operational readiness across military facilities, with a total estimated contract value of approximately $17 million and a performance period from October 1, 2024, to September 30, 2025, including options for extension. Interested small businesses must submit their proposals by September 13, 2024, at 4:00 PM MDT, to Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Pest Control and Mechanical Cleaning at Hill Air Force Base, Utah, outlines the requirements for a contractor to effectively manage pest control services and mechanical cleaning for various military facilities. Responsibilities include removing animal carcasses, performing mechanical cleaning tasks such as vacuuming and sweeping, and implementing rodent control through traps and poisons, while ensuring compliance with health guidelines and safety standards. The document details service expectations, including quarterly cleaning schedules, the removal of bird debris, and specific safety protocols. Notably, the use of pesticides must adhere to state regulations, and no prohibited pest control measures are allowed. Reports on pest control activities and the building condition are mandated monthly, emphasizing transparency and accountability. Overall, the PWS serves as a comprehensive framework aimed at safeguarding both government property and personnel while maintaining hygienic conditions across military facilities, aligning with federal contracting standards. This ensures effective pest management and cleaning while conforming to the operational integrity of critical military installations.
    The Performance-Based Work Statement (PWS) outlines the requirements for pest control and mechanical cleaning services at Hill Air Force Base (HAFB) in Utah. The contractor is responsible for providing all necessary personnel, equipment, and services to manage pest control, including rodent control and mechanical cleaning of facilities associated with the Missile Maintenance, Commodities Maintenance, and Maintenance Support Groups. Key responsibilities involve the removal of animal carcasses, regular inspections and maintenance of pest traps, bi-weekly inspections at the Utah Test and Training Range (UTTR), and thorough cleaning of specified areas using HEPA vacuum systems. The document emphasizes compliance with health and safety regulations, including pesticide use, reporting requirements, and the management of hazardous materials. Prohibited measures include specific pest control devices and practices that could damage military equipment. Additionally, the contractor must adhere to security protocols, ensure employee training, and submit regular progress reports. This PWS serves to enhance operational readiness and maintain hygienic conditions in sensitive military environments, showcasing the government's commitment to effective facility management within its installations.
    The DD Form 1423-1 serves as a Contract Data Requirements List, outlining a singular data item necessary for federal contracts. It details requirements for contractors regarding submission formats, frequency, and distribution of data, specifically for Pest Control and Mechanical Cleaning. The form addresses several elements including contract numbers, titles, submission dates, and distribution statements, with an emphasis on proper formatting and electronic delivery. It also stipulates the responsibilities of the government personnel and contractors in relation to data management, marking distribution statements, and ensuring timely submissions. Additionally, the form categorizes the data items into groups based on the necessity and essentiality of the information provided, detailing pricing considerations based on the nature of the required data. The overarching aim of the document is to ensure clarity and compliance in data submission and management for government contracts, reinforcing structured communication between the Department of Defense and its contractors.
    The DD Form 1423-1, titled Contract Data Requirements List, is used to specify data item requirements associated with government contracts, particularly within the Department of Defense. The document outlines crucial information such as contract line items, categories of data (e.g., Technical Data Package, Technical Manual), and submission details for data items. It designates the roles of the requiring office and contractor while emphasizing the need for compliance with the format and content outlined in associated standards. Key instructions guide government personnel and contractors on completing the form effectively, detailing responsibilities for data submission, approval processes, and distribution statements. The form also categorizes data into price groups, aiding in the estimation of costs related to the development and delivery of data items. Additionally, it emphasizes the importance of confidentiality in handling sensitive information, directing destruction protocols to prevent unauthorized disclosure. This structured approach ensures clarity and standardization in reporting requirements, crucial for efficient management of federal RFPs and grant obligations.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense for specifying data items required from contractors under federal contracts. This form outlines essential details such as contract line item numbers, categories of required data, contractor information, and submission timelines. In this case, the data item pertains to a projected cleaning schedule for pest control and mechanical cleaning for designated buildings. The contractor must submit this schedule within two weeks after contract award and whenever changes occur. The document specifies distribution requirements, inspection criteria, and submission frequencies, emphasizing the necessity for clear format adherence and timely submissions. It details a structured approach for identifying the type and frequency of data required, the estimated total price for the data items, and categories of effort related to the data production. Overall, the form serves as a vital tool for ensuring contractors meet the government’s informational needs efficiently, reflecting the comprehensive requirements typically found in federal RFPs and grants.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) to outline essential data items required from contractors. This document specifies the necessary reporting processes for contractors concerning contractor performance metrics, particularly focusing on the Total Case Incident Rate and Days Away Restricted or Transferred (TCIR/DART) rates. These metrics must be reported annually beginning January 15, covering the previous calendar year. The form stipulates the submission format and distribution requirements, emphasizing that submissions must be delivered electronically. It also includes instructions for completing the form, detailing how to categorize the data item, specify authorities, and outline the information needed for both government personnel and contractors. The overarching goal of the form is to ensure that contractors provide vital information that supports oversight and management of contractor activities while maintaining compliance with safety regulations and reporting standards, thereby contributing to a safer work environment within DoD operations. The document underscores the importance of accurate data submission and the proper management of contractor-related information within the federal framework.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List essential for managing contractual data items associated with defense projects. This form specifies the necessary information regarding data item requirements, including the contractor's obligations, deadlines for submissions, and details about the required documentation format. The main section notes specific requirements for a System Safety Program Plan (SSPP) related to pest control and mechanical cleaning, detailing how contractors must tailor their submissions as per dictated guidelines and timelines. Key points include the need for government approval of drafts within seven days and submission of plans and checklists within fifteen business days post-award. The distribution statement emphasizes the limited circulation of relevant materials strictly to authorized personnel only. Additionally, the document outlines various price groups related to data item costs—essential for budgeting and estimating expenses associated with delivering these data requirements. Overall, the DD Form 1423-1 serves as a critical tool for overseeing data acquisition and ensuring compliance with federal contracting processes.
    The document is the DD Form 1423-1, a Contract Data Requirements List utilized by the Department of Defense. It outlines the necessary data items contractors must deliver under federal contracts, particularly regarding oversight of technical data and reports. Key fields include contract details, data item specifics such as titles and submittal dates, and approval signatures. It emphasizes timely submission of mishap or incident reports within three calendar days, with additional information required within 20 days. The document also contains instructions for completion, distinguishing between different categories of data and their associated cost groups. Furthermore, it includes distribution statements and destruction notices to protect sensitive information. This form is essential for managing data and ensuring compliance with federal standards in contract execution, highlighting the importance of systematic reporting in government contracting.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense to specify data items necessary for contract management. The document outlines the requirements for a Quality Control Plan (QCP) related to pest control and mechanical cleaning, which the Contractor must submit no later than 30 business days after contract award for Government acceptance. Key sections include data item identification, authority references, requiring offices, and distribution statements, all aimed at ensuring clarity and compliance in contract deliverables. Specific tailoring of documentation is noted, including deletions of certain paragraphs from the contractor's format. The form also details submission frequencies, distribution requirements, and pricing group classifications to assess costs related to data provision. This structured approach aligns with federal guidelines for managing contract data requirements efficiently while facilitating collaboration between government entities and contractors.
    The document appears to be a notice regarding technical issues with accessing a PDF file, specifically indicating that the necessary information may not be displayed due to compatibility problems with the PDF viewer. It provides solutions by suggesting the upgrade of Adobe Reader and offers links for assistance. Key points include the mention of trademarks associated with operating systems like Windows, Mac, and Linux, which reinforces corporate identity and ownership. However, the content does not contain any substantive information related to federal government RFPs, federal grants, or state and local RFPs as it primarily focuses on viewing assistance. Thus, there are no actionable topics or proposals outlined within the document, limiting its utility for analysis in the context of governmental processes or funding opportunities. The relevance to government initiatives is minimal, as it addresses technical access rather than the substantive material one might expect within RFP or grant documents.
    The document outlines clarifications regarding pest control tasks mandated in a federal Request for Proposals (RFP). It emphasizes that contractors must spray specified areas every two weeks and vacuum dead pests on each visit, as identified in Appendix D. There is a specific directive against using poison in administrative buildings, with exceptions made for other interiors. The frequency of liquid pest treatments became a point of contention, as contractors questioned the practical implications of treating and vacuuming all 182 buildings bi-weekly when the historical workload suggested a less frequent schedule. The response indicates an update to service requirements reflecting an increased frequency compared to prior contracts. This document highlights the balance between contractor expectations and compliance with new guidelines, reinforcing the government's commitment to thorough pest management in compliance with health standards.
    The RFP FA822424Q0018 document outlines responses to inquiries regarding a pest control follow-on contract for Hill Air Force Base (AFB) and the Utah Testing and Training Range (UTTR). Key details include clarification on service frequency, indicating bi-weekly cleaning is specific to UTTR, while mechanical cleaning occurs quarterly as detailed in the Performance Work Statement (PWS). The current contractor is Kaigan Corporation Inc. and the anticipated award date for the new contract is October 1, 2024. The current contract, FA822419CA021, amounts to approximately $692,924.20 and spans 5½ years, with funds already appropriated. The document notes that a site visit will not be scheduled due to time constraints and the large number of buildings involved. Ultimately, this RFP emphasizes the importance of pest control management for both installations and serves as a guide for potential bidders concerning service requirements and contract specifics.
    The document addresses the Request for Proposal (RFP) FA822424Q0018, focusing on pest control services at Hill Air Force Base (HAFB) and Utah Testing and Training Range (UTTR). Key points include the clarification of the service frequency: bi-weekly for specific pest control tasks at UTTR, while mechanical cleaning remains quarterly per customer request. The current contractor is Kaigan Corporation, and the anticipated award date is October 1, 2024. The total awarded amount for the existing contract is approximately $692,924.20 for 5.5 years. The contractor must place interior multi-traps with rodenticides and avoid poisons in administrative buildings. Responses indicate that all proposed services must align with the updated requirements reflecting increased workload and building square footage, now totaling 929,315 square feet. The document also notes that funding is appropriated, and contractors may work in teams or individually to meet service needs. Key administrative details include guidelines for invoicing through WAWF and the handling of adverse weather conditions. Overall, the RFP outlines expectations for pest control, defines service frequency, and emphasizes contractor responsibilities in servicing buildings while adhering to established regulations.
    The Airforce's RFP addresses the procurement of multi-trap pest control systems, emphasizing that bait stations are not included due to ineffectiveness at the designated locations. Contractors are responsible for providing all traps and replacing any damaged or missing equipment. The document highlights potential service interruptions due to adverse weather conditions or operational constraints, referencing a specific paragraph for contractor responsibilities under these circumstances. An increase in the total square footage of the serviced buildings from the previous contract is acknowledged, with monthly invoices required to be submitted electronically. While wage determination reporting applies only to contracts exceeding $3,000,000, the contractor has flexibility in their work approach, including whether to operate in individual capacity or teams. Overall, the RFP outlines the Airforce's specific needs for effective pest management and establishes clear expectations for contractor performance and billing procedures.
    The document outlines a solicitation for pest control services at Hill Air Force Base (HAFB) in Utah, designated as FA822424Q0018. It is a contract aimed at ensuring the provision of comprehensive pest control solutions, including animal carcass removal and mechanical rodent control, across various facilities not maintained by the government’s Civil Engineering Office. The total award amount is approximately $17 million, with a period of performance from October 1, 2024, to September 30, 2025, with options for extension up to September 2029. The document emphasizes compliance with various federal acquisition regulations and outlines the responsibilities for contractor invoicing and payment methods, primarily through the Wide Area Workflow system. The procurement is set aside for Women-Owned Small Businesses, aligning with government goals to promote disadvantaged groups in federal contracting. This procurement process represents a commitment to maintaining safe and operational environments at military facilities through structured service contracts.
    The document outlines various aspects related to federal and state/local Requests for Proposals (RFPs) and grant opportunities aimed at enhancing governmental projects. It discusses compliance standards and expectations for proposals, emphasizing the need for detailed project descriptions, relevant experience, and the ability to meet specified requirements. The narrative includes critical guidelines for submitting proposals, technical expectations, and the importance of timelines and performance metrics. Additionally, it specifies the necessity for applicants to understand local regulations and federal guidelines when preparing their submissions. These requirements ensure that projects align with overarching governmental objectives and public interest priorities, thereby supporting effective resource allocation. By delineating these elements, the document seeks to foster comprehensive participation in the RFP process, ultimately aiming to leverage resources for community improvement and development initiatives.
    The document outlines various government-related activities concerning requests for proposals (RFPs), federal grants, and state or local RFPs. It discusses the procedural frameworks, objectives, and requirements associated with these funding opportunities. Key highlights include how federal and state bodies develop RFPs to solicit proposals from potential contractors and grantees, aimed at achieving specific public service outcomes. Furthermore, issues of compliance with federal guidelines, budgetary constraints, and timelines are addressed, emphasizing the importance of thorough documentation and adherence to standards. The text indicates a structured approach in managing these proposals, including phases for project assessments, contractor selection, funding allocation, and post-award monitoring. Overall, this document serves as an informative guide to facilitate understanding of government procurement processes and funding mechanisms, underscoring the significance of transparency and strategic planning in public administration.
    Lifecycle
    Title
    Type
    PEST CONTROL
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Facilities Other Maintenance Follow On
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manage the Facilitate Other Maintenance (FOM) program for the 309th Aircraft Maintenance Group (AMXG) at Hill Air Force Base, Utah, and Joint Base San Antonio, Texas. The contractor will be responsible for overseeing the inventory, receipt, issuance, and control of aircraft parts and materials, ensuring compliance with performance standards and maintaining a qualified workforce. This procurement is critical for ensuring high standards of asset management and quality service within military maintenance operations, emphasizing accountability and effective management throughout the contract period. Interested vendors must respond to the Sources Sought notice by September 9, 2024, and can contact Shelly Bachison at shelly.bachison@us.af.mil or 801-586-8606 for further information.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing essential product support activities for the 416 Supply Chain Management Squadron at Hill Air Force Base, Utah. The contractor will serve as a systems integrator, responsible for managing technical support, logistics, and systems integration for F-16 avionics systems, ensuring operational readiness and compliance with military standards. This contract is critical for sustaining avionics testing capabilities and addressing obsolescence issues, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties must submit their proposals by the deadline of October 1, 2024, and can direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or by phone at 801-775-4631.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    USACE SPK Design-Bid-Build (DBB) Construction – F-35 East Campus Infrastructure – Hill AFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Sacramento District is planning to solicit a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. This project involves the construction of various facilities, including taxiways, roadways, pump houses, and utility systems, all designed to support the future development of multiple facilities on the east side of the base. The anticipated contract, valued between $100 million and $250 million, is expected to be awarded as a firm-fixed-price Single Award Task Order Contract (SATOC) with a three-year ordering period, with proposals due by November 27, 2024. Interested contractors should register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to participate in the solicitation process, and they can contact Seth Teasdale or Michelle Spence for further information.
    Pest Control Services- Amistad Field Office
    Active
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (USIBWC) is seeking proposals for pest control services at the Amistad Dam Field Office located in Del Rio, Texas. The procurement involves providing comprehensive pest management for six residences and the field office, including routine treatments for rodents, insects, and fleas, in compliance with EPA regulations. This service is crucial for maintaining a safe and healthy environment for both residents and staff, ensuring adherence to local health standards. Interested vendors must submit their proposals by 2:00 PM MST on September 11, 2024, and direct any inquiries to Danilo Martinez at danilo.martinez@ibwc.gov. The contract will be awarded based on the lowest price, technically acceptable offer, with a base period starting April 1, 2025, and options for renewal extending through March 30, 2030.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    CATM Range Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for CATM Range Cleaning services at Kirtland Air Force Base in New Mexico. The procurement involves comprehensive cleaning and maintenance tasks, including monthly cleaning of the range bay, quarterly replacement of dust collection unit filters, and semi-annual disposal of non-hazardous ammunition waste. These services are crucial for maintaining safety and compliance with environmental regulations at the Combat Arms Training Range, ensuring operational integrity and environmental stewardship. Interested small businesses must submit their technical and price proposals by September 17, 2024, and can contact Stacey Lee at stacey.lee.2@us.af.mil or Lauren Hook at lauren.hook@us.af.mil for further information.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of portable, handicap-accessible latrines and comprehensive cleaning services for 150 launch facilities, with maintenance scheduled every 30 days and additional services available upon request within 72 hours. This procurement is critical for maintaining sanitary conditions at a key military installation, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, with a total estimated contract value of $9 million, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil.
    Pest Control Support Services @ NWS Earle
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for Pest Control Support Services at Naval Weapons Station Earle in Colts Neck, New Jersey. The contractor will be responsible for implementing an Integrated Pest Management Plan (IPMP) to manage various pests, including invasive plants and public health threats, while ensuring compliance with all federal, state, and local regulations. This contract is particularly significant as it emphasizes environmental health and safety within military installations, requiring contractors to maintain high standards of pest control. Interested small businesses must submit their proposals by September 23, 2024, and are encouraged to attend a pre-proposal site visit on September 10, 2024. For further inquiries, potential bidders can contact Jessica Mercurio at jessica.a.mercurio.civ@us.navy.mil or Joseph Henrius at joseph.p.henrius.civ@us.navy.mil.