Pest Control Services - Naval Weapons Station Earle
ID: N4008524R2766Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, 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, through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for Pest Control Support Services at Naval Weapons Station Earle in Colts Neck, New Jersey. The contractor will be responsible for implementing an Integrated Pest Management Plan (IPMP) to manage various pests, including invasive plants and public health threats, while ensuring compliance with all federal, state, and local regulations. This procurement is vital for maintaining a safe and healthy environment at military installations, emphasizing the importance of effective pest management practices. Interested small businesses must submit their proposals by September 30, 2024, with inquiries directed to Jessica Mercurio at jessica.a.mercurio.civ@us.navy.mil or Joseph Henrius at joseph.p.henrius.civ@us.navy.mil.

    Files
    Title
    Posted
    The document pertains to a Request for Proposal (RFP) for Pest Control Support Services at NWS Earle, set to be awarded around November 1, 2024. The incumbent, Klearjet Inc (aka Pestmaster), holds the current contract valued at $424,189.80, covering the base period and four option years. The RFP delineates certain items (0002, 0004, 0006, 0008, 0010) as non-recurring, intended for occasional additional work, while other items are categorized as recurring services. Despite similar requirements to the current contract, expectations indicate that the new contract's magnitude will likely mirror past values. SAM.gov is confirmed as the sole information source for updates on the solicitation. Contractors are permitted to subcontract or lease services, and the Statement of Work (SOW) is detailed in the Performance Work Statement (PWS) across multiple annexes. Additional questions about the solicitation are pending and will be addressed by September 20, 2024, highlighting the RFP's evolving nature and the importance of staying informed through specified channels.
    The document outlines the Federal Government’s Pest Control procedures, detailing the contractor's requirements to manage pests effectively across various installations. It includes essential attachments such as definitions, service level standards, and specific pest management requirements for nuisance, public health, damaging structural pests, and vegetation management. Key components emphasize the importance of Integrated Pest Management (IPM) strategies that involve surveillance, monitoring, and the use of environmentally sound pest control methods, including the appropriate usage of pesticides. Performance standards set forth specific time frames for response, control, and maintenance of pest populations, ensuring that contractors adhere to the highest safety and efficacy measures during treatment. Documentation such as historical pest control service orders and records for termite inspections solidifies compliance. The document serves to communicate the Federal Government's commitment to creating a safe environment while regulating pest management procedures, thereby protecting human health, property, and the ecosystem. This pest control guidance aligns with federal laws and directives, aiming to streamline and standardize pest management across government facilities and installations.
    The document outlines the Management and Administration protocols associated with a government contract, detailing a comprehensive framework for definitions, acronyms, wage determinations, and various operational forms and procedures. It includes an extensive list of attachments that define critical terms such as 'Assessment,' 'Competent Person,' and 'Contractor,' which collectively ensure a common understanding of responsibilities and expectations in service delivery. Key sections address the management of hazardous materials and waste regulations, emphasizing the obligation to maintain safety and compliance with environmental standards. Further, it specifies the requirements for invoicing, labor reporting, asset management, and quality assurance processes, ensuring accountability throughout the contract period. The document serves as a foundational reference for federal and state/local requests for proposals (RFPs) and grants, facilitating clear communication and structured administration of contracted services, ultimately aimed at achieving operational readiness and sustainability within government installations. This structured approach reflects the government's commitment to rigorous management and oversight of contracts, aiming to protect personnel and the environment through systematic maintenance and operational procedures.
    The document outlines critical deliverables and timelines related to management and administration in the context of a federal contracting framework. It specifies various requirements, including permission to work outside of regular hours, necessary permits and licenses, proof of legal residency and citizenship, and a range of quality management and safety documentation. Notably, submissions such as the Quality Management Plan, Contractor Quality Inspection and Surveillance Report, and Accident Prevention Plan must be provided either prior to the contract start date or upon changes. There are also ongoing reporting obligations, including monthly labor reports, annual contractor incident reports, and compliance plans. The structure of the deliverables includes item specifications, submission dates, distribution frequency, and the designated points of contact, specifically the Contracting Officer (KO) and Contracting Officer Representative (COR). The overall purpose is to ensure clear accountability and structured compliance within the contract environment, indicative of federal requirements for project execution and safety management.
    The Functional Assessment Plan (FAP) for Pest Control outlines the procedures, performance standards, and assessment levels for contractors providing pest management services. The plan categorizes pest control assessments into levels (AL1 to AL3) based on contractor performance, requiring annual to monthly assessments depending on service success. Each pest management category, including scheduled pest control, nuisance pest control, public health pest control, and more, has specific performance objectives and standards, with assessment methodologies that include periodic sampling and customer complaints. The document emphasizes timely pest control services, reporting, and non-recurring work as needed, all while adhering to established pest group requirements. Regular monitoring and evaluations ensure the effectiveness of pest management and compliance with regulations, providing a structured approach for maintaining pest-free environments in facilities. This comprehensive framework serves as a guide for federal and state agencies, enhancing pest control efforts and ensuring public health considerations are met within government contracts.
    The government document outlines a solicitation for pest control and facility services under multiple line items for a federal contract (N40085-24-X-XXXX). It includes various pricing structures, notably firm fixed price and indefinite delivery/indefinite quantity, covering services across specified regions and BUMED facilities. Key line items include regular pest control (e.g., tick surveys, gypsy moth spraying, termite control) with defined response times for service initiation based on task orders. Each line item specifies estimated quantities, units of issue, and pricing details, though total costs are currently listed as $0.00, indicating a request for proposals rather than awarded contracts. The structure presents a systematic categorization from base periods through multiple option periods, emphasizing maintenance of pest control standards congruent with federal guidelines. This solicitation underscores the commitment to environmental health within government facilities through proactive pest management and compliance with service contract regulations. Overall, the document aims to gather competitive bids for essential services that ensure regulatory adherence and public safety in pest control operations.
    This document outlines the deliverables and requirements for a pest control contract (RFP 1503020). It specifies the timeline and conditions under which contractors must submit various documents, including state certifications, business licenses, permits, and equipment calibration reports. Key deliverables include a comprehensive Contractor's Work Plan, which must detail an effective pest management strategy following applicable regulations, and monthly reports summarizing pest management operations. The plan should utilize an Integrated Pest Management (IPM) approach that emphasizes eco-friendly methods alongside necessary pesticide usage. Specific instructions for record-keeping and reporting operations are provided, including electronic data submission via an approved online system. Overall, the file underscores the government's commitment to environmentally sound pest management while ensuring compliance and effectiveness in pest control measures.
    The document outlines specifications for pest control services at Naval Weapons Station Earle in New Jersey, focusing on an integrated pest management (IPM) approach. The contractor is responsible for all necessary labor, equipment, and materials to effectively manage various pests, including nuisance, public health, structure-damaging, and vegetation pests. Key management requirements include personnel certification, business licensing, and adherence to special regulations regarding pesticide usage and storage. The contractor must develop a comprehensive Contractor’s Work Plan (CWP) to guide their operations, detailing pest control methods consistent with IPM principles while reporting all pest management activities. Recurring work encompasses scheduled pest control and service orders, requiring timely inspections and treatments to maintain pest levels as specified. Non-recurring work can also be issued as needed, with performance standards comparable to recurring tasks. This document serves as a Request for Proposal (RFP) guideline, emphasizing compliance with federal, state, and local regulations, thereby ensuring environmental safety and effective pest control within the governed areas. Through detailed specifications and operational standards, it aims to establish a framework for selecting qualified contractors for pest management at military installations.
    The document outlines the Management and Administration requirements for federal contracts, detailing the administrative framework, personnel qualifications, insurance, safety protocols, and quality management processes. Key elements include general contractor responsibilities, specified working hours, required permits, and the need for a Quality Management System (QMS). It emphasizes the importance of safety metrics, such as accident prevention plans and compliance with OSHA standards, mandated personnel certifications, and employee conduct guidelines. The document specifies the necessity of maintaining a trained workforce, establishes criteria for key personnel, and discusses the importance of property management and safeguarding government assets. Overall, this document serves as a comprehensive guide for contractors to adhere to federal requirements during contract performance and ensure both efficient operations and compliance with regulatory standards.
    The document outlines a federal Request for Proposal (RFP) for services at the Naval Weapons Station Earle in Colts Neck, New Jersey. It includes critical information on service requirements, project locations, and contracting policies. The contractor is responsible for all necessary labor, tools, and other resources to fulfill the outlined Performance Work Statement (PWS). This PWS is divided into several annexes detailing various operational and management requirements, including safety, health care support, housing, and environmental considerations. The Navy emphasizes a partnering philosophy, viewing contractors as collaborators rather than mere service providers. The document also outlines the Navy's approach to performance-based service acquisition, stressing the importance of measurable outcomes and standards. The contractor's proposal must meet or exceed specified performance objectives, and the Navy encourages a thorough site inspection prior to contract acceptance. Overall, this RFP serves as a guideline for potential contractors to understand the scope of work, expectations, and contractual requirements for service delivery at the Naval facility while focusing on collaboration and performance assessments.
    The document outlines the Request for Proposal (RFP) N4008524R2766 issued by the U.S. Navy for Pest Control Support Services at Naval Weapons Station Earle in New Jersey. This solicitation is set aside for small business concerns, with the contract comprising a base year and four option years. Key documents, including the Performance Work Statement and various management and administrative attachments, are to be incorporated into the contract. Offerors must complete specified Electronic Line Item Numbers (ELINs) and submit their bids by September 23, 2024. A pre-proposal site visit is scheduled for September 10, 2024, and offers must comply with the wage determinations under the Service Contract Act, including minimum wage requirements that align with Executive Orders. The award will be made to the responsive contractor with the lowest quote, ensuring compliance with all required certifications and representations. Required insurance coverage and specific job classifications are detailed, along with provisions for contractor responsibilities, including coverage maintenance and conformance for any unlisted employee classes. This RFP signifies the Navy’s commitment to engaging small businesses for essential service contracts, emphasizing regulatory adherence and operational standards in the procurement process.
    This document is an amendment to a solicitation regarding a contract issued by NAVFACSYSCOM MID-ATLANTIC. The primary purpose of the amendment is to extend the due date for proposals, changing the deadline from September 23, 2024, to September 30, 2024, at 11:00 EDT. Aside from this date adjustment, all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment in one of several specified ways to avoid rejection of their submissions. The amendment reiterates that any proposed changes to previously submitted offers must also be communicated prior to the new deadline. The document signifies formal communication and procedural updates necessary for maintaining the integrity of the solicitation process, ensuring transparency and compliance with federal acquisition regulations. Overall, this amendment serves to keep participants informed and provide them an additional opportunity to submit their proposals in response to the contract solicitation.
    Lifecycle
    Similar Opportunities
    PEST CONTROL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for pest control services at Hill Air Force Base (HAFB) and the Utah Test and Training Range (UTTR) under solicitation number FA822424Q0018. The contract requires comprehensive pest management, including rodent control, mechanical cleaning, and adherence to health and safety regulations, with services to be performed bi-weekly at UTTR and quarterly for mechanical cleaning as per customer requests. This procurement is crucial for maintaining hygienic conditions and operational readiness across military facilities, with a total estimated contract value of approximately $17 million and a performance period from October 1, 2024, to September 30, 2025, including options for extension. Interested small businesses must submit their proposals by September 13, 2024, at 4:00 PM MDT, to Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    FY25 PEST CONTROL SERVICE- FCC PETERSBURG
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors to provide pest control services for the Federal Correctional Complex in Petersburg, Virginia, for fiscal year 2025. The procurement involves monthly pest control treatments for food service areas, with a focus on effectively managing pest populations, particularly cockroaches and rodents, to maintain health standards and prevent damage to equipment. This contract is crucial for ensuring sanitary conditions within the facility, reflecting the urgent need for professional pest management services. Interested parties must submit their bids by September 30, 2024, with the anticipated award date set for October 11, 2024. For further inquiries, contact Eric Green at (804) 504-7200 or via email at e3green@bop.gov.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    Base Operations Support (BOS) Services at Naval Station Mayport, Blount Island Command, Jacksonville FL and the Outlying Areas Supported by these Commands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking potential offerors for Base Operations Support (BOS) services at Naval Station Mayport and associated facilities in Jacksonville, Florida. The procurement aims to identify qualified businesses capable of providing a range of facilities support services, including facility management, custodial services, pest control, and utilities management, with an estimated annual contract value between $30 million and $40 million. This initiative is crucial for ensuring operational efficiency and support for military installations, and responses to the sources sought notice are due by 2:00 PM EDT on September 24, 2024. Interested parties should submit their qualifications electronically to Jennifer Doherty at jennifer.e.doherty.civ@us.navy.mil, adhering to the specified guidelines.
    S207-- Pest Control Maint. | MRN
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide pest control maintenance services at the Marion VA Medical Center in Illinois. The objective is to support an Integrated Pest Management (IPM) plan that emphasizes environmentally sound pest control methods, requiring contractors to supply management, equipment, and labor for ongoing pest control services targeting various pests, including rodents and insects. This initiative is crucial for maintaining a safe environment for patients and staff, reflecting the VA's commitment to comprehensive pest management practices. Interested parties must submit their responses, including business size classification and capabilities, by September 20, 2024, to Contract Specialist Sue Miller at susan.miller99@va.gov.
    S207--36C25524Q0612 | Pest Control Maint. | MRN
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide pest control maintenance services at the Marion VA Medical Center in Marion, Illinois. The contractor will be responsible for implementing an Integrated Pest Management (IPM) plan that includes continuous monitoring, pest response, removal procedures, and compliance with relevant environmental regulations. This contract is particularly significant as it aims to ensure a safe and healthy environment for veterans and staff by effectively managing various pests, including rodents, insects, and other vermin. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Sue Miller at susan.miller99@va.gov or call 913-946-1963 for further details, as the procurement process is currently in the Sources Sought phase.
    Fire Suppression Maintenance and Repair at Caven Point Marine Terminal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist New York office, is seeking contractors for fire suppression maintenance and repair services at the Caven Point Marine Terminal in Jersey City, New Jersey. The contract will involve the inspection and maintenance of the facility's fire suppression system, ensuring compliance with safety standards and operational readiness. This procurement is critical for maintaining the safety and functionality of the facility, which supports various military operations. Interested small businesses are encouraged to reach out to Michael McCue at michael.l.mccue@usace.army.mil for further details, as this opportunity is set aside for total small business participation under the SBA guidelines.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. The procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on the management and maintenance of facilities, installed equipment, and systems within the complex. This contract, structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity, includes a base year and four optional years, emphasizing compliance with federal regulations and quality control measures. Proposals are due by October 8, 2024, and interested parties should direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.