Amendment #01- Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and CIG/BRU in Albany, CA
ID: 12905B25Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for Pest Control Service Advisor/Manager services at the Western Regional Research Center (WRRC) in Albany, California. The contractor will provide pesticide advisory services and supplemental spraying for various research plants, ensuring compliance with Integrated Pest Management principles and regulatory standards. This contract is crucial for maintaining plant health in scientific studies, with a total service period of five years, beginning no later than February 1, 2025. Interested contractors must submit their quotes by January 24, 2025, and direct any inquiries to Shelley Steen at shelley.steen@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) # 12905B25Q0030 seeks proposals for a Pesticide Manager and Applicator for the USDA's Agricultural Research Service (ARS), located at the Western Regional Research Center (WRRC) in Albany, CA. The document outlines essential clauses, payment procedures, and compliance requirements, including the contract duration, with a maximum of five years, and mandates that contractors possess necessary permits and licenses. Offerors must submit their quotes electronically and demonstrate their technical capabilities, including past performance in similar pesticide-related projects, alongside adherence to wage determinations and employee rights provisions. The evaluation will focus on price and technical acceptability, favoring the Lowest Price Technically Acceptable (LPTA) offers. The RFQ emphasizes the importance of utilizing USDA-designated biobased products and includes specific clauses related to contractor's past performance and compliance with federal statutes. Overall, the RFQ provides a structured approach for potential contractors to understand the requirements and the evaluation process for submitting their bids to provide pesticide management services for the USDA.
    The Crop Improvement and Genetics Research Unit at the Western Regional Research Center in Albany, CA, requires a Pest Control Service Advisor/Manager. The appointed contractor will provide pesticide advisory services and conduct supplemental spraying for various plant species under research, including tomato, wheat, and maize. The role involves identifying and managing pest infestations from insects and plant pathogens while adhering to Integrated Pest Management principles and regulatory compliance. The contractor must hold a Qualified Applicator License in category J from the California Department of Pesticide and have at least two years of greenhouse experience. Responsibilities include monitoring pest levels, selecting appropriate pesticides, coordinating with scientists, maintaining records, and submitting monthly invoices for services rendered. The contract spans five years, with specific service hours allocated annually for advisory and spraying services, detailed within the performance period. This document is part of government RFPs (Requests for Proposals) aimed at securing specialized pest control management within research facilities, reflecting the importance of maintaining plant health in scientific studies while complying with ecological and regulatory standards.
    The document outlines the Past Performance Questionnaire (PPQ) process for contractors responding to Request For Proposal (RFP) # 12905B25Q0030 from the USDA-ARS-PWA site. Contractors are required to complete the first section of the PPQ and send it to their clients to evaluate and rate their past performance. The form includes information about the contractor's name, client organization, project details, support provided, and technical points of contact. It also asks clients to rank the contractor on various performance metrics such as technical, quality, schedule, and cost performance. Additionally, it inquires if the contractor proactively mitigated risks and if the client would consider using the contractor again. The completed PPQ is due to USDA by January 17, 2025. This procedure is vital for assessing contractor qualifications and past performance, ensuring transparency and accountability in the procurement process. In the context of government RFPs and grants, this questionnaire serves as an evaluation tool to assist decision-makers in selecting reliable contractors based on previous work and client satisfaction.
    The document outlines questions and responses regarding Solicitation 12905B25Q0030, primarily focusing on the role of a Pesticide Advisor for a greenhouse complex at USDA, ARS, WRRC in Albany, CA. A site visit is scheduled for January 21, 2025, where interested parties must register before January 17. Contractors must provide proof of a current Qualified Applicator License with their proposals. The contractor will establish necessary protocols with local pesticide applicators, and supplemental pesticide spraying will be conducted as needed, based on advice from a Pesticide Advisor. The greenhouse spans 20,000 square feet with 14 treatment rooms, and weekly recommendations will be provided for pesticide application. Billing must detail hours worked and chemicals used, emphasizing that this contract is exclusively for advisory services, not actual spraying. The anticipated hours for advisory work total 240 annually, with additional hours for supplemental needs. This solicitation emphasizes regulatory compliance and detailed service documentation as critical components of the contract.
    This document provides questions and responses regarding Solicitation 12905B25Q0030, focusing on the procurement of Pesticide Advisor services for the greenhouse complex at USDA, ARS, WRRC in Albany, CA. A site visit is scheduled for January 21, 2025, and interested parties must register by January 17, 2025. Contractors must submit proof of a Qualified Applicator License/Certificate in category D with their proposal. The contractor will establish protocols for coordination with local pesticide applicators and will schedule supplemental pesticide spraying on an as-needed basis, typically on Tuesdays. The greenhouse complex spans 40,000 square feet with 24 treatment rooms. Treatments will be advised weekly by the Pesticide Advisor. Billing must include detailed breakdowns of pesticide applications, though the contract does not cover actual pesticide spraying, just advisory services. Annually, 240 advisory hours are expected, along with 24 additional hours for supplemental advisory work. This contract aims to improve pest management practices at the facility while adhering to existing regulations.
    The document is an amendment to a federal solicitation (12905B25Q0030) issued by the USDA Agricultural Research Service in Albany, California. The amendment primarily extends the deadline for quote submissions to January 24, 2025, at 3 PM EST. It adds a mandatory site visit scheduled for January 21, 2025, at 10 AM PST and addresses inquiries made regarding the solicitation. Key details include the period of performance for the contract, which spans from February 1, 2025, to January 31, 2026. Respondents are required to acknowledge all amendments in their submissions. The document outlines the procedural requirements for acknowledging receipt of the amendment and stipulates that any changes to an already submitted offer must be communicated before the specified deadline. Overall, this amendment aims to clarify the solicitation process and ensure compliance among interested contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S--SCCAO Tracy Pest Control Services
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide pest control services for its South-Central California Area Office, with a focus on multiple facilities in Byron, California. The contract will span five years, including a base year and four option years, and will require comprehensive pest management services such as monthly exterior spraying and responsive interior services as needed. This procurement is crucial for maintaining a safe and pest-free environment in government facilities, ensuring compliance with health and safety standards. Interested contractors must submit their proposals by the revised deadline of March 17, 2025, at 10:00 AM, and are encouraged to contact Joe Molina at joemolina@usbr.gov or 916-978-5177 for further information.
    S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior's National Park Service is seeking qualified vendors to provide insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona under solicitation number 140P1525Q0039. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years, aimed at ensuring a safe environment for park visitors by effectively managing pest-related challenges. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and demonstrate their capabilities through an experience narrative and references for similar projects. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
    Buyer not available
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional walk-in growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with all work required to meet USDA standards. This remodel is crucial for enhancing research capabilities within the facility, reflecting the USDA's commitment to maintaining high standards for scientific research environments. Interested small businesses must submit sealed offers by January 24, 2025, with an estimated project cost between $100,000 and $250,000, and are encouraged to contact Mr. Lam Pham at lam.pham@usda.gov for further details.
    PRINEVILLE PEST CONTROL FY25_FY28
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide pest control services for its facilities in the Prineville District Office of Oregon for fiscal years 2025 through 2028. The contract, which will be awarded on a firm fixed-price basis, requires environmentally sensitive pest control methods, with an emphasis on non-chemical strategies, and mandates the maintenance of detailed logs of site visits and treatments. This procurement is crucial for maintaining the health and safety of government-managed properties, ensuring compliance with environmental regulations and ethical pest management practices. Interested vendors should contact Doris Jeffers at dgjeffers@blm.gov or call 503-808-6061 for further details, with the contract period starting on April 1, 2025, and running through March 31, 2026, with options for two additional years.
    FY25 IDIQ's for GHMC Aerial Insecticide Treatments
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors for the FY25 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for aerial insecticide treatments targeting pest management on rangelands. The procurement involves firm fixed-price contracts for the aerial application of insecticides, with contractors responsible for providing aircraft and insecticides while the government supplies maps and oversight. This initiative is crucial for managing pest populations effectively, ensuring agricultural health, and adhering to environmental regulations. Interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or by phone at 161-233-63602 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Pest Management Services (Natick, MA)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Garrison Natick, is seeking qualified contractors to provide comprehensive pest management services in Natick, Massachusetts. The procurement requires the contractor to deliver Integrated Pest Management (IPM) services, which include pest surveillance, identification, control measures, and emergency response capabilities, while adhering to federal and state regulations regarding pesticide application and waste disposal. This initiative is crucial for maintaining a safe and healthy environment on the installation, ensuring effective pest control and compliance with safety standards. Interested parties can reach out to Michael Franciose at michael.w.franciose.civ@army.mil or Brandon Rivett at brandon.j.rivett.civ@army.mil for further details regarding the opportunity.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services under Request for Quotation W912P925Q0005 for fiscal year 2025. The primary objective of this procurement is to control invasive plant species along the Mississippi and Illinois Rivers, specifically targeting areas within the Riverlands Migratory Bird Sanctuary. This initiative underscores the importance of environmental management and resource restoration, as contractors will be responsible for providing all necessary materials, labor, and supervision while adhering to safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further clarification.
    USFS Region 5 Reforestation Services IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
    San Dimas Landscape Maintenance
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide landscape maintenance services at the San Dimas Technology and Development Center in California. The procurement encompasses approximately 70,000 square feet of irrigated grounds and additional gravel areas, requiring routine maintenance, minor sprinkler repairs, and palm tree removals over a five-year period. This contract is vital for maintaining a clean and well-kept environment in accordance with federal standards, with proposals due by March 10, 2025, at 1:00 PM EST. Interested vendors must contact Erik Fallo at erik.fallo@usda.gov or Nathan Heikkinen at nathan.heikkinen@usda.gov for further details and must be registered in the System for Award Management to be eligible for consideration.
    S207 Boise VA Pest Control Services - Solicitation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for pest control services at the Boise Veterans Affairs Medical Center (VAMC) in Idaho. The contract, valued at $17.5 million over a base year and four optional years, requires the contractor to provide comprehensive pest control services, including routine inspections, emergency responses, and treatment for various pests across approximately 525,000 square feet of the facility. This initiative is crucial for maintaining a safe and pest-free environment for veterans receiving care, ensuring compliance with integrated pest management principles and federal regulations. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines, with a site visit scheduled for February 28, 2025, and questions accepted until March 4, 2025. For further inquiries, contact Danielle Carrico at danielle.carrico@va.gov.