NEW 5 YEAR PEST CONTROL SERVICES
ID: W912EP25R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, 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, is seeking proposals for a five-year contract to provide pest control services at various facilities in Jacksonville, Florida. The procurement aims to ensure effective pest management, including insect and rodent control, across multiple government properties, with a focus on maintaining operational efficiency and compliance with safety regulations. This contract is set aside for small businesses and emphasizes the importance of quality assurance and performance standards, as outlined in the associated Quality Assurance Surveillance Plan. Interested vendors must submit their proposals by 12:00 PM on February 21, 2025, and can direct inquiries to Glenn Jenkinson at glenn.i.jenkinson@usace.army.mil or Gerald L. Garvey at Gerald.L.Garvey@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a pesticide contract request for the South Florida Operations Office (SFOO) in Clewiston, FL, specifically detailing various facilities and their respective square footage measurements. It lists item numbers and quantities required for maintenance of several locks and associated buildings throughout the South Florida region. Each facility is categorized with specific structural details including main offices, storage buildings, lock control buildings, and more. The contract emphasizes recurring monthly maintenance over a twelve-month period, highlighting a focus on pest control measures, including specifications for ant bait and pesticide requirements based on acreage. This document serves as a formal request for proposals (RFP) from vendors to provide the necessary tools and services for pest control at numerous locations under the jurisdiction of SFOO. It underscores the government's commitment to maintaining operational efficiency in ecosystem management through effective pest control, ensuring compliance with safety and environmental regulations. The structured layout lends clarity to the extensive list of facilities and their operational requirements, aiming to facilitate vendor responses to meet the outlined specifications.
    The Quality Assurance Surveillance Plan (QASP) for the South Florida Operations Office's Pest Control Service contract (W912EP) establishes a governmental framework to ensure adherence to performance standards and acceptable quality levels in service delivery. It delineates the responsibilities between the contractor's quality control plan and the government's oversight obligations. Key personnel include the Contracting Officer, who oversees contract compliance; the Contract Specialist, responsible for technical administration; and the Contracting Officer's Representative (COR), who monitors technical performance but cannot authorize contract changes. Performance expectations are outlined in the Performance Requirement Summary (PRS), with specific evaluation methods like COR observations, customer feedback, and documentation reviews to ensure quality. Monitoring encompasses various parameters such as personnel training, operational hours, scheduling, notification protocols, and deficiency remediation, with compliance expectations reflecting a zero-error threshold. Comprehensive documentation of surveillance activities, including customer complaints and reports, must be maintained throughout the contract lifecycle. This structured approach demonstrates the government's emphasis on accountability and quality assurance in service contracts.
    The document outlines a government solicitation (W912EP25R0011) for pest control services within the South Florida Operations Office. The request emphasizes the need for comprehensive pesticide application services, including rodent control for government facilities and two tugboat vessels, as specified in multiple item listings, all slated for a 12-month performance period. Proposals must be submitted by 12:00 PM on February 21, 2025, with any inquiries addressed to designated contracting officers before February 13, 2025. The proposal must include various sections: administration, technical details, past performance, and pricing, with clear guidelines on submission format and page limits. The solicitation underscores the government’s intent to prioritize small businesses while adhering to strict compliance standards. Emphasis is placed on the provision of detailed and compliant proposals demonstrating understanding of the requirements. This document serves as a critical step in government procurement, reflecting transparency and structured evaluation for contract awards.
    The USACE Past Performance Questionnaire (PPQ-0) is designed to collect essential contract performance information from contractors for submission with proposals to the U.S. Army Corps of Engineers (USACE). It consists of two primary sections: contractor information, which includes details about the firm, contract specifics, and project descriptions; and client information, which requires validation from the client regarding their role and satisfaction with the project. Key elements cover the contractor's role (like prime or subcontractor), contract type and value, completion dates, and project complexity. Clients are encouraged to submit completed questionnaires directly to the contractor or USACE for verification. This documentation aids in assessing a contractor's past performance to ensure competency for future projects in compliance with federal standards. The process emphasizes the importance of accurate performance records in federal contracting relationships.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    General Pest Control, Ft Riley, KS
    Buyer not available
    The Department of Defense, through the 923rd Battalion at Fort Riley, Kansas, is soliciting proposals for General Pest Control services under an Indefinite Delivery-Requirements contract. The primary objective is to implement Integrated Pest Management (IPM) practices to ensure effective pest control across military facilities, thereby safeguarding military readiness and personnel health. This contract is set aside entirely for small businesses, with a base period commencing on April 21, 2025, and extending through four option years. Interested contractors must submit their proposals by February 22, 2025, and can direct inquiries to Patricia Barth at patricia.j.barth3.civ@army.mil.
    Janitorial Services located in Jacksonville, FL
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide janitorial services at their facility located in Jacksonville, Florida. This procurement involves a firm fixed-price contract with a base performance period from March 1, 2025, to February 28, 2026, and includes four optional 12-month extensions, emphasizing the use of environmentally friendly cleaning products and practices. The contract is designated as a Total Small Business Set-Aside under NAICS code 561720, with a size standard of $22 million, and aims to support small businesses, including those owned by service-disabled veterans and women. Interested parties must submit their proposals by February 25, 2025, at 10:00 AM MT, and can direct inquiries to Jeanine Goral at Jeanine.J.Goral@usda.gov or by phone at 612-396-3895.
    ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterminating and pest control services at the Organ Pipe Cactus National Monument in Arizona. The contract, identified by solicitation number 140P1525Q0039, is set for a base year from April 1, 2025, to March 31, 2026, with the possibility of extending for up to four additional years. These services are crucial for maintaining a safe environment for park visitors by effectively managing pest-related challenges in the area. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and should ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI) to qualify for the award. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Piney Woods - South Herbicide-Pesticide
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Piney Woods - South Herbicide-Pesticide Application project, a federal procurement opportunity set aside entirely for small businesses. The contract involves applying herbicides and pesticides at Sam Rayburn Lake and Town Bluff Lake across multiple counties in Texas, requiring contractors to provide labor, equipment, and materials for targeted vegetation control on government properties such as roads, campgrounds, and boat launch areas. The government will supply the necessary chemicals, and contractors must comply with specific application guidelines while maintaining an active registration with the System for Award Management (SAM) and entering a NIST score in the Supplier Performance Risk System (SPRS) prior to contract award. The anticipated solicitation release is on February 11, 2025, with proposals due by March 2, 2025. For further inquiries, interested parties can contact Daisy Ciarlariello at daisy.ciarlariello@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil.
    Pest Control Netting
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of pest control netting at Joint Base San Antonio (JBSA) Lackland, Texas, to support the 37th Training Support Squadron. The project aims to install heavy-duty bird netting to mitigate issues related to birds, rodents, and reptiles at the Combat Arms Training and Maintenance Weapons Main Cleaning Area of Building 952. This procurement is crucial for maintaining a safe and functional environment at the facility, ensuring compliance with pest management standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by February 27, 2025, to the designated contacts, and are encouraged to attend a site visit to better understand the project requirements outlined in the Statement of Work dated November 18, 2024.
    Pest Control
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Integrated Pest Management (IPM) services at the Marion VA Medical Center and its affiliated clinics. The contract will be awarded as a single Indefinite Delivery Indefinite Quantity (IDIQ) for a five-year period, requiring pest inspection, control, and management across approximately 500,000 square feet of facilities, with services needed three times a week and additional treatments as required. This procurement is crucial for maintaining a safe and healthy environment for patients and staff, emphasizing compliance with safety regulations and minimal disruption to facility operations. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), can contact James Hogue at James.Hogue@va.gov or call 913-684-0133 for further details.
    S207--Integrated Pest Management VA St Louis Health Care System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Integrated Pest Management services at the VA St. Louis Health Care System, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total estimated value of $17.5 million, to ensure effective pest control across three locations: Jefferson Barracks Division, John Cochran Division, and Hope Recovery Clinic. This initiative is critical for maintaining public health and safety within federal healthcare facilities, emphasizing the importance of pest management in healthcare settings. Interested contractors must adhere to stringent requirements, including a pre-bid site visit, and submit their proposals by the specified deadlines, with further inquiries directed to Contracting Officer Leslie Ross at leslie.ross2@va.gov or 913-946-1964.
    Invasive Species Control Services - Amendment 0001
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for invasive species control services under contract FA527025Q0005, which is aimed at managing invasive flora and fauna at U.S. Army Garrison Okinawa from April 1, 2025, to March 31, 2029. The contractor will be responsible for providing all necessary management, tools, supplies, and labor to comply with the established Performance Work Statement, focusing on the removal of JEGS-listed invasive species such as Bitter Vine and various invasive ants. This initiative underscores the importance of ecological stewardship within military operations, ensuring compliance with environmental regulations while promoting equitable opportunities for women-owned small businesses. Interested vendors should note that the deadline for inquiries is February 12, 2025, and quotes must be submitted by February 19, 2025. For further information, contact Nina Wickwire at nina.wickwire.2@us.af.mil or Martin Almazan at martin.almazan@us.af.mil.
    Pest Control Services, Border Patrol, Swanton, VT
    Buyer not available
    The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking qualified contractors to provide pest control services at the Swanton Border Patrol Station in Vermont. The procurement aims to secure integrated pest management services, including inspections, pest control planning, and compliance with environmental standards, to ensure a safe and healthy environment at the facility. This contract is critical for maintaining operational efficiency at the Border Patrol Station, which operates continuously and serves a staff of 75. Interested vendors must submit their quotations by February 18, 2025, and can direct inquiries to Robert Kay at Robert.J.Kay@cbp.dhs.gov or by phone at 317-614-4824.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking qualified small businesses for a contract involving the Dredge Material Containment Area (DMCA) and Bird Island mowing and herbicide application for Savannah and Brunswick Harbors in Georgia and South Carolina. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform full mowing and herbicide application in designated areas, with the contract structured as a Firm Fixed Price Award over a five-year period, including one six-month option. This procurement is critical for maintaining the environmental health of the harbors and ensuring compliance with land management practices. Interested parties should prepare for the anticipated solicitation release on or about February 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan A. Aylesworth at Nathan.A.Aylesworth@usace.army.mil.