S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
ID: 140P1525Q0039Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, 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 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 Taylor_A_Jones@nps.gov or by phone at 520-780-9294.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior's National Park Service has issued an amendment to a solicitation (140P1525Q0039), seeking pest control services at a designated park area. This amendment primarily addresses modifications from a previous contract (140P1522P0062) awarded in June 2022. Key changes include an initial assessment report, increased monitoring of termite bait stations from every 6 months to 3 months, and a rise in sewer hole treatments for roaches. Safety precautions and compliance regulations have been added, along with clarity regarding government support and contractor responsibilities for potential losses. No corrective notices have been issued in the past two years for pest control services at this location, and there is no priority set for Service-Disabled Veteran-Owned Small Businesses in this solicitation. The amendment also specifies that the contractor is responsible for providing traps for Africanized Honeybee monitoring and outlines a 20-foot height limitation for hive removals. Interested contractors can verify site specifications during a scheduled site visit on March 19th, 2025. This document is part of the federal procurement process aimed at maintaining natural and cultural resources within national park areas.
    The document represents an amendment to solicitation number 140P1525Q0039, issued by the National Park Service for insect and rodent control services at Organ Pipe Cactus National Monument, Ajo, Arizona. The amendment primarily addresses questions raised during the Q&A period without altering other clauses or deadlines. It outlines a service contract for a base year with four additional option years, effective from April 1, 2025, to March 31, 2026. Contractors must acknowledge receipt of this amendment via specified methods, ensuring their bids are considered. The document specifies using a provided bid schedule for submissions and mandates timely acknowledgment to avoid rejection of offers. The key objective is to clarify essential details while maintaining the original solicitation's terms.
    The document outlines a Request for Quote (RFQ) under solicitation number 140P1525Q0039, issued by the National Park Service for insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona. The contract spans a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years. Interested vendors, particularly small businesses, must provide a quote by March 26, 2025, at 1:00 PM MST. Bidders must demonstrate their capability through an experience narrative and references for similar projects over the past five years. Quotes will be evaluated based on price, technical proficiency, and prior experience. Vendors must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI) to be eligible for the award. The contract will be a firm-fixed-price type, following FAR Part 13 procedures. Additionally, the document highlights various federal regulations that apply, such as compliance to provisions regarding telecommunications equipment and certifications related to small business designations. The intent is to secure services that ensure a safe environment for park visitors by effectively managing pest-related challenges in the nominated area.
    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.
    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.
    SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the inspection and cleaning of a 50,000-gallon elevated potable water tank located at the Sunset Crater National Monument in Arizona. This procurement is a total small business set-aside, encouraging participation from small enterprises, and requires bidders to demonstrate relevant experience, including documentation of three similar past contracts and a safety plan. The services are crucial for maintaining environmental health and safety standards in federal facilities, ensuring compliance with regulations. Interested contractors must submit their quotations by March 14, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
    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.
    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, is seeking a qualified contractor to serve as a Pest Control Service Advisor/Manager for its facilities in Albany, California. The contractor will provide essential pesticide advisory and supplemental spraying services for various plant species, including tomatoes, wheat, and maize, while addressing threats from fungal, bacterial, and viral pathogens, as well as insect pests. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested parties should contact Shelley C Steen at shelley.steen@usda.gov or call 510-559-6350 for further details, as the contract includes a base year and four option years with specified service hours and invoicing requirements.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    JEFF Door Inspection & Repair
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the JEFF Door Inspection & Repair project at Gateway Arch National Park. The procurement involves providing comprehensive inspection and maintenance services for various types of doors within the Visitor Center, with a strong emphasis on small business participation as this is a 100% Small Business Set-Aside opportunity. Contractors must adhere to the detailed scope of work outlined in the Request for Quotations (RFQ) and demonstrate relevant experience in their submissions. Quotations are due by March 28, 2025, with services expected to commence on April 1, 2025, and be completed within 30 days post-award. Interested parties can contact Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625 for further information.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.