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
    Pest Management Services USAG Wiesbaden
    Dept Of Defense
    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.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Combined Pest Control
    Homeland Security, Department Of
    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.
    IMCOM Pest Control
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control 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 will span a base period from January 1, 2026, to December 31, 2026, with four optional one-year extensions. Interested parties should direct inquiries to Katharina Wagner or Tesia Polk and are required to attend a mandatory site visit on December 9, 2025, to better understand the contract requirements.
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    Reverse Osmosis and Softener Treatment and Data Management System special design
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a market survey to identify qualified small businesses for a proposed procurement of a Reverse Osmosis and Softener Treatment and Data Management System. The objective is to assess the availability and capability of small businesses, including those certified as HUBZone, 8(a), Women-Owned, or Service-Disabled Veteran-Owned, to meet specific minimum specifications related to water treatment and management. This procurement is crucial for ensuring effective water treatment processes at the ARS facility in Manhattan, KS. Interested parties are encouraged to submit a Capabilities Statement by December 16, 2025, to Kelly Wright at kelly.wright@usda.gov, as the government will use the responses to determine the appropriate acquisition method.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.