S207--IDIQ - Pest Control Service - VA FARGO
ID: 36C26326Q0091Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office 23, is seeking qualified small business sources for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide comprehensive Integrated Pest Management (IPM) services for the Fargo VA Health Care System. The objective of this procurement is to ensure a safe, sanitary, and compliant environment across VA facilities, with services including general pest management, bed bug treatments, and the removal of bats and vertebrate pests, all adhering to strict guidelines and regulations. This contract will span from January 1, 2026, to December 31, 2027, with four optional 12-month extensions through December 31, 2031, and is classified under NAICS code 561710, with a small business size standard of $17.5 million. Interested parties must submit their capability statements by December 9, 2025, at 17:00 Mountain Time to Dennis Salmonsen at dennis.salmonsen@va.gov.

    Point(s) of Contact
    DENNIS SALMONSENCONTRACT SPECIALIST
    (605) 347-2511
    dennis.salmonsen@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 23, has issued a Sources Sought Notice (36C26326Q0091) to identify small business sources for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for comprehensive Integrated Pest Management (IPM) services. This market research aims to secure a safe, sanitary, and compliant environment for VA facilities within the Fargo VA Health Care System. The services, under NAICS code 561710 ($17.5 million size standard), include general pest management, bed bug treatment, and removal of bats and vertebrate pests. The contract will span a base period from January 1, 2026, to December 31, 2027, with four optional 12-month periods extending through December 31, 2031. This notice is for informational purposes only and does not constitute a solicitation. Interested businesses are requested to submit capability statements by December 9, 2025, at 17:00 Mountain Time to Dennis Salmonsen, including company details, business size, and GSA/IDIQ contract information.
    The Fargo VA Health Care System requires an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for comprehensive Integrated Pest Management (IPM) services. The contractor will provide weekly pest management, including all necessary tools, supplies, equipment, transportation, and labor, to maintain a safe and compliant environment at the Fargo VA Medical Center campus. Services must adhere to VA, federal, state, local ordinances, and National Pest Management Association guidelines, ensuring patient, staff, and visitor well-being. The IPM plan, requiring POC approval, covers inspection, non-chemical and chemical control methods, and the management of various pests, including separate line items for vertebrate pests, birds, bats, and bedbugs. Key aspects include initial building inspections, mandatory badging, specific work hours (8:00 am to 4:30 pm, Monday-Friday), routine and emergency callback requirements, strict restrictions on pest control materials, proper disposal of dead animals and hazardous waste, and detailed reporting. Contractor personnel must be certified applicators, wear visible identification, and comply with all VA rules, safety, and records management obligations, including NARA and Privacy Act requirements.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    S207--Pest Control Management Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from certified Veteran-Owned Small Businesses (VOSB) for Pest Control Management Services at the Manchester VA Medical Center in Manchester, New Hampshire. The procurement aims to implement an Integrated Pest Management (IPM) plan that effectively addresses various pest infestations while ensuring the health and safety of patients, staff, and visitors. This contract will cover a base year and four option years, with services expected to be performed twice a week during normal business hours, adhering to strict safety and environmental regulations. Interested parties must submit their quotes by December 10, 2025, to Contract Specialist Shawn Lawrence at Shawn.Lawrence@va.gov.
    NDMO - Pest/Odor Control Bismarck ND
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide pest and odor control services for the North Dakota Maintenance Office located in Bismarck, ND. The procurement is set aside for small businesses under the Total Small Business Set-Aside program, and the services required fall under the NAICS code 561710, which pertains to Exterminating and Pest Control Services. These services are crucial for maintaining a safe and healthy environment within government facilities, ensuring compliance with health and safety regulations. Interested parties can reach out to Mary K. Pfeifle at pfeifle@wapa.gov or by phone at 605-353-2643 for further details regarding the solicitation process.
    Pest Management Services USAG Wiesbaden
    Buyer not available
    The Department of Defense, through the U.S. Army Garrison Wiesbaden, is seeking qualified contractors to provide pest management services, including both scheduled and on-demand pest control and surveillance, under a hybrid fixed price and time and materials contract. The contract will span five years, from February 2026 to January 2031, and will require the contractor to utilize an Integrated Pest Management (IPM) approach to address a variety of pests, including rodents, household insects, and public health pests, while adhering to all applicable laws and regulations. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to review the draft Performance Work Statement (PWS) attached to the solicitation, which will be issued before or after November 24, 2025. For inquiries, contact Nancy N. Tagu at nancy.n.tagu.ln@army.mil or by phone at +49 611 143 5466722.
    S201--IDIQ Floor Cleaning
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for floor cleaning services at the VA Nebraska-Western Iowa Health Care System in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base period from March 1, 2026, to February 28, 2027, with four optional ordering periods extending the contract until February 28, 2031. The contractor will be responsible for stripping existing floor finishes, scrubbing baseboards, and applying a specified brand-name floor finish to approximately 86,000 square feet of space annually, adhering to VA safety and environmental guidelines. Quotes are due by December 8, 2025, at 12:00 PM Central Time, and must be submitted via email to John Milroy at John.Milroy@VA.GOV, with a guaranteed minimum contract value of $120,000 for the base period and a maximum potential value of $800,000 over the contract's lifetime.
    IMCOM Pest Control
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control management services at Fort Jackson and Weston Lake Recreational Park in South Carolina. The contractor will be responsible for scheduled and unscheduled pest management services targeting public health pests, including invasive species and disease vectors, to ensure the well-being of personnel and the integrity of facilities. This contract, valued at approximately $17.5 million, is set aside for small businesses and includes a base period from January 1, 2026, to December 31, 2026, with four additional one-year options extending through December 31, 2030. Interested parties must attend a mandatory site visit on December 9, 2025, and submit proposals by following the outlined instructions, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via their provided emails.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    PEST CONTROL FOR CHEYENNE RIVER AGENCY
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for the Cheyenne River Agency, located in Eagle Butte, South Dakota. The procurement involves a Firm-Fixed-Price (FFP) Purchase Order with a base year from January 1, 2026, to December 31, 2027, and includes four option years, extending the contract through 2031. The services are critical for maintaining a safe and healthy environment at the Walter Miner Law Enforcement Detention Center, requiring comprehensive pest management strategies that prioritize environmentally sound methods and compliance with federal, state, and local regulations. Interested parties can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further details regarding the solicitation, which is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561710.
    S222--1-1-2026 - 666 - Sewer Vac Servicing - Base + 4 Options
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 19, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for sewer vacuum servicing at the Sheridan VA Health Care System in Wyoming. The procurement involves a firm-fixed-price contract for maintenance of sanitary and storm sewer systems, including vacuuming, camera inspections, and emergency jetting, with a base contract period from January 1, 2026, to December 31, 2026, and four additional option years extending through December 31, 2030. This contract is crucial for ensuring the proper maintenance and functionality of the facility's waste management systems, which are vital for health and safety compliance. Interested parties must submit their offers by November 21, 2025, at 10:00 AM MST, and can direct inquiries to Contract Specialist Charles Gritzmacher at charles.gritzmacher@va.gov or 303-712-5780.
    6505--Blood Products IDIQ for SFVAHCS
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 23, is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for blood products and necessary testing services for the Sioux Falls VA Healthcare System. The contract will cover a base period from February 1, 2026, to September 30, 2026, with five optional ordering periods extending through January 31, 2031, and has a maximum lifetime value of $1,000,000.00, with a guaranteed minimum of $30,000.00. This procurement is critical for ensuring the availability of safe and compliant blood products, adhering to FDA and AABB standards, and includes requirements for volunteer donor blood and specific turnaround times for testing. Interested offerors must submit their proposals electronically by December 12, 2025, and direct any questions to Senior Contracting Officer Joshua I. Imdacha at joshua.imdacha@va.gov.