S207--Integrated Pest Management Services for the Middleton VA Hospital in Madison WI
ID: 36C25225Q0363Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 1:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to provide Integrated Pest Management (IPM) services for the William S. Middleton Memorial VA Hospital in Madison, Wisconsin. The contract, estimated at $17.5 million, aims to implement environmentally sound pest suppression strategies, structural modifications for pest prevention, and routine pest control services, with a strong preference for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for maintaining a safe and healthy environment within federal facilities, ensuring compliance with regulatory standards and effective pest management practices. Interested parties should direct inquiries to Contracting Officer Aaron J Rogers at aaron.rogers1@va.gov, and must adhere to the specified requirements and deadlines outlined in the solicitation documents.

Point(s) of Contact
Aaron J RogersContracting Officer
aaron.rogers1@va.gov
Files
Title
Posted
Mar 26, 2025, 7:22 PM UTC
The Department of Veterans Affairs is issuing a presolicitation notice for Integrated Pest Management Services at the William S. Middleton Memorial Veterans Hospital in Madison, Wisconsin. The primary purpose is to engage a contractor that can manage pest control for both the interior and exterior of the facility. This solicitation, number 36C25225Q0363, is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBC) and includes a product service code of S207 and a NAICS code of 561710. Responses to this request are due by April 14, 2025, at 8:00 AM Central Time. The relevant contracting office is located in Milwaukee, Wisconsin, and interested parties should contact the contracting officer, Aaron Rogers, via email for more information. This invitation reflects the VA's ongoing commitment to maintaining a safe and healthy environment for veterans through effective pest management services.
Apr 8, 2025, 8:06 PM UTC
The document serves as an amendment to solicitation number 36C25225Q0363 for pest control services at the William S. Middleton VA Medical Center in Madison, WI. Its primary purpose is to provide responses to vendor questions regarding the statement of work (SOW) and related clarifications. The SOW has been updated from previous contracts, and the amendment details various inquiries from vendors, such as the occurrence of pest service requests in the last 24 months—specific examples include issues with geese, turkeys, and raccoons. The document clarifies that no heat treatments for pests were conducted, and it confirms that algae would be covered under the solicitation's pest management services. Additionally, there is a discussion of lice treatment, highlighting a divergence between pest management practices and medical treatment guidance. The amendment also reiterates conditions for small business participation, specifically requiring Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors to demonstrate relevant prior experience in pest control. Overall, all other terms of the solicitation remain unchanged.
The document outlines Wage Determination No. 2015-4897 from the U.S. Department of Labor for the Service Contract Act, detailing required minimum wage rates and fringe benefits for various occupations in Wisconsin. Contracts awarded on or after 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 specified wage rates are higher. The determination includes an extensive list of occupations, their respective rates, and required fringe benefits such as health and welfare compensation, vacation time, and paid holidays. Additionally, contractors must adhere to provisions under Executive Orders regarding paid sick leave. The document emphasizes compliance with the Wage and Hour Division’s requirements and outlines the conformance process for unlisted classifications of workers, ensuring fair wage practices for federal contracts in the service sector. This wage determination is critical for contractors seeking federal grants and responding to RFPs, ensuring they meet legal compensation standards and worker protections.
Apr 8, 2025, 8:06 PM UTC
The document outlines a Request for Quote (RFQ) for comprehensive Integrated Pest Management (IPM) services at the William S. Middleton Memorial Veterans Hospital in Madison, WI. The contract, estimated at $17.5 million, is open for offers from both small and large businesses, with a strong inclination toward service-disabled veteran-owned businesses. The key objectives of the IPM program include environmentally sound pest suppression, structural modifications for pest prevention, and routine pest control services. The contractor is responsible for delivering all necessary equipment, managing pest-related hazards in accordance with regulatory standards, and developing a quality control program to monitor service performance. Additionally, there are specific requirements for engagement with the hospital, such as restricted site access, compliance with security protocols, and the necessity for certified applicators. The document provides detailed instructions for site visits, bid submissions, invoicing processes, and outlines the penalties for failing to adhere to contractual obligations. Overall, the RFQ represents a structured approach by the Department of Veterans Affairs to ensure pest control services align with federal standards while emphasizing the involvement of small business entities.
The document is a map for the exterior bait station locations at the William S. Middleton Memorial VA Hospital. Its primary purpose is to indicate specific areas within the hospital's courtyard designated for bait stations, likely as part of pest control measures. The map includes detailed markings to identify various locations, ensuring that personnel can efficiently manage these stations. This initiative aligns with broader government objectives of maintaining a safe and healthy environment within federal facilities. The inclusion of such maps in government requests for proposals (RFPs) and grants suggests a structured approach to facility management and environmental health compliance, reflecting the VA's commitment to protecting both the physical infrastructure and the well-being of its patients and staff.
Lifecycle
Similar Opportunities
Pest Control Maintenance Services
Buyer not available
The United States Government Publishing Office is seeking qualified contractors to provide Pest Control Maintenance Services as outlined in solicitation amendment 040ADV-25-Q-0012. The procurement aims to ensure effective exterminating and pest control services at specified locations, including the DC headquarters and a warehouse in Laurel, Maryland, with a site visit scheduled for April 16, 2025. This service is critical for maintaining a clean and pest-free environment within government facilities. Interested bidders must acknowledge receipt of the amendment and confirm attendance for the site visit by contacting Troy D. White at twhite@gpo.gov or Michaela Farmer at mfarmer@gpo.gov prior to the deadline to avoid rejection of their offers.
Landscaping, Snow Removal, and Pest Control Services
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide landscaping, snow removal, and pest control services at the CBOC VA Medical Facility located in Twin Falls, Idaho. The contractor will be responsible for managing all aspects of landscaping, including lawn care, pest control, pruning, and debris management, as well as ensuring safe snow and ice removal to maintain a secure environment around the facility. These services are crucial for preserving the facility's exterior appearance and operational integrity, adhering to local and federal regulations while ensuring customer satisfaction. Interested parties should contact Tyrone Whalen at Tyrone.whalen@va.gov for further details, as this opportunity is categorized as a Sources Sought notice under NAICS code 561730, with no government resources provided for the services.
VA-25-00053651 PAR Excellence Procurement
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide annual support services for the PAR Excellence Weight-Based Inventory Management System at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This procurement is intended as a Sole Source requirement, focusing on software licensing, maintenance, and support, with an emphasis on delivering timely technical assistance and overseeing software updates while ensuring compliance with federal regulations such as HIPAA. The contract will span 12 months with four optional extensions, and interested parties can contact Marcela Clark at Marcela.Clark2@va.gov or by phone at 512-981-4402 for further details.
Z2QA--FY25: Epoxy Coating of Chiller Condensers
Buyer not available
The Department of Veterans Affairs is soliciting qualified contractors for the epoxy coating of chiller condensers at the Viera VA Healthcare Center in Florida. The objective of this procurement is to enhance the durability of three chiller condenser systems, preventing corrosion and ensuring operational integrity, with the contract scheduled to last from May 19, 2025, to June 18, 2025. This project is significant for maintaining the facility's infrastructure and is set aside for service-disabled veteran-owned small businesses, emphasizing the VA's commitment to supporting the veteran community. Interested contractors should contact Contract Specialist Rohan McKenzie at Rohan.Mckenzie@va.gov, with a total budget of $19 million allocated for this project.
Off-Campus Housekeeping SDVOSB Set-Aside Solicitation
Buyer not available
The Department of Veterans Affairs is soliciting proposals for off-campus housekeeping services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will cover janitorial services for five buildings affiliated with the Minneapolis Veterans Health Administration, totaling approximately 110,306 square feet, with a contract period from July 1, 2025, to June 30, 2030, and options for four additional years. This procurement underscores the importance of maintaining sanitary environments in veteran healthcare facilities while providing economic opportunities for veteran-owned businesses. Interested parties should review the attached documents and respond to the solicitation instructions, with inquiries directed to Jeffrey Brown at Jeffrey.Brown8@va.gov.
UNINTERRUPTIBLE POWER SUPPLY SYSTEM MAINTENANCE
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the maintenance of Uninterruptible Power Supply (UPS) systems at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a total project value of $12.5 million over a five-year term, which includes a base year and four optional years. The maintenance services will involve semi-annual preventive services and battery replacements, ensuring compliance with industry standards to maintain operational uptime for critical power systems essential for healthcare facilities. Interested contractors should contact Susan Pasholk at SUSAN.PASHOLK@VA.GOV or call 414-844-4846 for further details, and a site visit is recommended for those considering submission of a proposal.
VISN 5 Emergency Restoration and Disaster Remediation - VA Maryland Health Care System
Buyer not available
The Department of Veterans Affairs is seeking proposals for Emergency Restoration and Disaster Remediation Services for its VISN 5 facilities, which include medical centers and outpatient clinics across Washington, D.C., Maryland, and West Virginia. The contract, structured as a five-year Indefinite Delivery Requirements Contract (IDRC), aims to ensure a safe working environment for patients and staff by providing essential services such as water leak cleanups, mold remediation, and fire damage recovery. This procurement underscores the VA's commitment to maintaining operational integrity and safety within its healthcare facilities. Interested contractors must submit their quotes by May 22, 2025, and can direct inquiries to Robert O'Keefe Jr. at robert.okeefejr@va.gov or by phone at 410-642-2411.
PKA - Repair Pest Damage L/H/S Amendment 03
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "Repair Pest Damage L/H/S Amendment 03" project at Travis Air Force Base in California. The project involves comprehensive repairs to a pest-infested suspended ceiling system at Building 380B, including demolition and replacement of the ceiling, insulation, and HVAC components, while ensuring compliance with safety and environmental regulations. This initiative is critical for maintaining a safe and functional work environment, with an estimated contract value between $250,000 and $500,000 and a performance period of 180 days. Interested contractors must submit their proposals by May 8, 2025, and can direct inquiries to SSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil.
F014-- Wood Chipping
Buyer not available
The Department of Veterans Affairs is seeking proposals for wood chipping services at the Togus VA Medical Center in Augusta, Maine. The contractor will be responsible for providing all necessary labor, supervision, equipment, and materials for tree and brush chipping, with a total expected award amount of $9.5 million. This contract emphasizes small business participation, particularly from service-disabled veteran-owned and women-owned small businesses, and is crucial for maintaining the facility's operations and safety standards. Interested bidders must submit their offers by May 9, 2025, and are required to acknowledge an amendment to the solicitation, attend a site visit on April 30, 2025, and submit any final questions by May 2, 2025, with responses to be posted by May 6, 2025. For further inquiries, contact Contract Specialist Paula J. Doerfler at Paula.Doerfler@va.gov.
Custodial Services for Seattle Veterans Affairs Medical Center
Buyer not available
The Department of Veterans Affairs is preparing to solicit proposals for custodial services at the Seattle Veterans Affairs Medical Center (VAMC), specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will provide custodial support for non-direct patient areas and falls under the NAICS code 561720, with a size standard of $22 million. This procurement is significant as it underscores the government's commitment to engaging veteran-owned businesses in service contracts. The anticipated Request for Proposal (RFP) is expected to be issued in early May 2025, with a contract award projected for early September 2025; interested parties can reach out to Danielle Carrico at danielle.carrico@va.gov for further information.