Pest Control Services for Hensley Lake
ID: W9123825QA025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, 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 Army Corps of Engineers, is soliciting proposals for pest control services at Hensley Lake in Madera County, California. The contract encompasses annual abatement for ground squirrels and pocket gophers, along with monthly services for mice, rats, and insects, spanning a base year and four option years. This procurement is critical for maintaining the health and safety of the facilities at Hensley Lake, ensuring effective pest management in the area. Interested small businesses must submit their proposals by the specified deadline, and for further inquiries, they can contact Jessica Padilla at jessica.padilla@usace.army.mil or Charlene Wilson at charlene.wilson@usace.army.mil.

    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for Pest Control Services at Hidden Dam, Hensley Lake, focusing on ground squirrel, pocket gopher, mouse, rat, and insect abatement. The contractor must provide all labor, materials, equipment, transportation, and supplies. Key requirements include a pre-work meeting, submission of an Accident Prevention Plan, Safety Data Sheets, a Quality Control Plan, proof of licenses, certifications, and insurance. The contract specifies monthly mouse, rat, and insect abatement, and an annual 12-week ground squirrel and pocket gopher abatement with a 90% kill rate target. Strict adherence to safety regulations, pesticide handling protocols, and detailed reporting are mandatory. The contract has a base year and four option years, with performance evaluated against set standards and potential payment reductions for unsatisfactory work.
    The Performance Work Statement outlines a performance-based contract for pest control services at Hidden Dam, Hensley Lake in Raymond, Madera County, California. The contractor is responsible for planning, executing, and managing pest control operations, including ground squirrel and pocket gopher abatement and monthly rodent and insect services. Key obligations include conducting initial assessments, maintaining detailed records, and ensuring compliance with safety and pesticide application regulations. The contractor must submit various plans for approval, including an Accident Prevention Plan, Safety Data Sheets, and equipment lists, prior to starting work. Services will be inspected by the Contracting Officer's Representative (COR), with a target of a 90% pest abatement success rate. The contractor also has to ensure employee competency, adhere to strict safety protocols, and manage equipment responsibly. Failure to meet performance standards can result in penalties, including reduced payments. This request for proposal demonstrates the U.S. Army Corps of Engineers’ commitment to environmental health and safety through structured pest control management for recreational areas.
    The Quality Assurance Surveillance Plan (QASP) outlines performance criteria for abatement services, emphasizing periodic inspections by the COR or their representative and reporting by the KO. Contractors must respond to poor performance ratings within five calendar days. The plan details specific performance objectives and success indicators for a base year and four option years. These include 100% successful completion of Pre-Work Meetings and 90% eradication of Ground Squirrels, Pocket Gophers, Mice, Rats, and Insects in and around buildings at Hidden Dam, Hensley Lake. The QASP ensures that all abatement services meet the required standards with no outstanding or uncorrectable issues identified during quality assurance inspections.
    The Quality Assurance Surveillance Plan (QASP) outlines the oversight of a contractor's performance regarding pest abatement services at Hidden Dam, Hensley Lake. The plan mandates periodic inspections by the Contracting Officer’s Representative (COR) and includes a process for addressing complaints or performance deficiencies within five calendar days. Key performance objectives span multiple contract line item numbers (CLINs), focusing on successful completion of pre-work meetings and abatement services. Specific targets require contractors to eradicate 90% of targeted pests, including ground squirrels, pocket gophers, mice, and insects, with the requirement of no unresolved issues identified during inspections. This performance standard applies to each year of the project, with identical metrics set for the base year and four subsequent option years. Overall, the document emphasizes the need for consistent quality assurance in environmental management through defined performance criteria, inspections, and accountability measures, reflecting its importance in governmental procurement and contract management within pest control operations.
    The document, revised on August 7, 2025, details contractor questions and government responses regarding the Hensley Lake Pest Control solicitation (W9123825QA025). Key points include clarification that there are no special restrictions for attending the site visit. Additionally, the current pest control contract cost is $312,191.48, though the scope of work for the current and upcoming contracts are not identical. This information is crucial for potential bidders to understand the project's scope and previous financial commitments within the context of federal government RFPs.
    The document "Hensley Lake Pest Control_W9123825QA025 Contractor Questions and Government Responses, Dated 06 August 2025" addresses contractor inquiries regarding a pest control services solicitation. Key responses indicate that there are no special permissions required to attend the site visit. However, the government will not disclose the current pest control provider's pricing to potential contractors, maintaining confidentiality on financial details of existing contracts.
    This government solicitation, W9123825QA025, from the Department of the Army Corps of Engineers, is a Request for Proposal (RFP) for pest control services at Hensley Lake in Madera County, California. The scope of work includes annual ground squirrel and pocket gopher abatement, and monthly mouse, rat, and insect abatement services for five years (a base year and four option years). The solicitation specifies various FAR and DFARS clauses, including those related to Women-Owned Small Businesses (WOSB), and outlines evaluation criteria as "Price Only." A site visit is scheduled for August 12, 2025, at Hidden Dam, Hensley Lake Project Headquarters. Key attachments include the Performance Work Statement (PWS), Quality Assurance Surveillance Plan (QASP), and Wage Determination Rates for Madera County.
    The document outlines a federal solicitation request for pest control services at Hensley Lake, California, with a focus on facilitation through Women-Owned Small Businesses (WOSB). The contract entails comprehensive pest management, including services for ground squirrels, pocket gophers, and monthly mouse, rat, and insect abatement over a multi-year period (2025-2030). The total award amount is estimated at USD 17,500,000, with payment procedures and terms identified, mandating adherence to specified Federal Acquisition Regulation clauses. Vendors are encouraged to submit offers, with an emphasis on compliance with clauses specific to small business concerns, including those promoting diversity within business operations. Performance specifics, including inspection locations and service requirements detailed in a Performance Work Statement (PWS), are critical for potential contractors to understand. A site visit is scheduled for those interested in offering their services, highlighting the government's commitment to responsible contract execution and community engagement. This solicitation exemplifies the federal government's strategy to support economic empowerment through contracting opportunities for women-owned and disadvantaged businesses in the pest control sector.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    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
    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.
    Jackson Hole Levee Vegetation Spraying
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
    Combined Pest Control
    Buyer not available
    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.
    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.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    FY26 San Francisco District Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    S--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 hygienic 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 call 605-353-2643 for further details regarding the solicitation.