Pest Control
ID: 12805B25Q0086Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, 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 Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide pest control services at its North Central Agricultural Research Laboratory (NCARL) in Brookings, South Dakota. The procurement aims to eliminate or prevent pests from contaminating two facilities: a main laboratory of approximately 70,490 square feet and a farm facility of 9,000 square feet, with contractors required to deliver traps within seven business days post-award and conduct monthly inspections and maintenance. This initiative is crucial for maintaining a pest-free environment essential for ongoing agricultural research efforts. Interested small businesses must submit their quotations by 4:00 p.m. Central Time on January 27, 2025, to James Porter at james.porter@usda.gov, with the contract anticipated to be awarded as a firm fixed price purchase order for a base year followed by four option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA's Agricultural Research Service (ARS) requires pest control services for its North Central Agricultural Research Laboratory (NCARL) in Brookings, SD. The purpose is to eliminate or prevent pests from contaminating two locations: a main laboratory with approximately 70,490 square feet and a farm facility of 9,000 square feet. Contractors must deliver traps within seven business days post-contract award and perform monthly inspections and maintenance. Emergency response services are also required as needed. Monthly status reports documenting tasks and issues are to be submitted seven days after each month. The government will provide access to the facilities during standard operational hours while no travel is anticipated for the contractor. The key performance measure hinges on effective pest elimination, underscoring the importance of maintaining a pest-free environment for ongoing agricultural research efforts.
    This document outlines Solicitation 12805B25Q0086 for a federal procurement process, emphasizing compliance with various federal procurement regulations and clauses, including those related to contract terms, representations, and certifications. Key components include clauses that address payment limitations, requirements for the System for Award Management, and provisions against subcontracting with certain corporations. The document specifies criteria for evaluating offers, with an emphasis on obtaining competitively priced, technically acceptable proposals that meet detailed performance requirements. In terms of submission, it outlines the necessary documentation, including a completed solicitation document, pricing details, and a specification sheet that aligns with the performance work statement. The process emphasizes the obligation on the part of the offeror to authenticate their representations and certifications as part of the submission, thus ensuring transparency and accountability in government contracting. The document concludes with a structured approach to invoicing and payment processes, reinforcing its intent to facilitate adherence to procurement standards while enhancing engagement with small business concerns.
    Lifecycle
    Title
    Type
    Pest Control
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    Soybean Meal
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking quotations for 400 tons of Solvent Extracted High Protein Soybean Meal under Solicitation Number 1232SA26Q0028. The procurement requires specific protein, fiber, fat, and ash content specifications, with delivery expected by January 18, 2027, to the USMARC facility in Clay Center, Nebraska. This acquisition is crucial for supporting agricultural research and development, and it is set aside exclusively for small business concerns, with evaluation criteria based on the lowest price technically acceptable. Interested vendors must submit their quotes, including detailed pricing and compliance with specifications, by December 16, 2025, and can direct inquiries to Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    Snow Removal for FISL and NTDP
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide snow removal services for the Fire Science Laboratory (FISL) and the National Technology and Development Program (NTDP) located in Missoula, Montana. The contractor will be responsible for ensuring safe and accessible campuses during business hours, with services triggered by weather conditions, including immediate salting and de-icing for light snow or ice. This procurement is critical for maintaining operational safety and accessibility during winter months, covering approximately 90,000 square feet of parking lots and 1750 linear feet of sidewalks at FISL, along with similar areas at NTDP. Interested parties must submit their quotations by January 5, 2026, at 12:00 PM Eastern Time, and can reach out to Arthur Courtney at arthur.courtney@usda.gov for further inquiries.
    37--DK Boom Spray Rig for Flatbed Truck, Elgin, ND
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is conducting a Sources Sought announcement for a DK Boom Spray Rig to be installed on a Government-Furnished Property (GFP) flatbed truck in Elgin, North Dakota. The procurement involves purchasing a new boom spray rig system, which includes a 45-foot hydraulic folding boom sprayer and a 300-gallon UV-resistant tank, as well as the removal and disposal of the existing 31-year-old system currently in use. This equipment is crucial for the Dakotas Area Office's efforts to control noxious weeds in the Lake Tschida area. Interested small businesses, including those in various socio-economic categories, are invited to submit capability statements by December 19, 2025, at 3:00 PM MST, with the anticipated contract being a Firm-Fixed-Price agreement under NAICS code 333111. For further inquiries, contact Sydney Oakes at SKessel@usbr.gov or by phone at 406-233-3647.
    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.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a state-of-the-art laboratory building and associated site utilities at the USDA-ARS Research Park in Auburn, Alabama. This project involves relocating the National Soil Dynamics Research Unit (SDRU) from Auburn University to the new facility, which may also include optional features such as a lab annex, greenhouse, and other related buildings. The procurement is crucial for advancing agricultural research capabilities and enhancing the USDA's operational efficiency. Interested contractors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details, with the site visit roster already uploaded to SAM.gov.