Grey Towers National Historic Site Pest Control Services
ID: 12444725Q0021Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 8Atlanta, GA, 303092449, 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 Forest Service, is soliciting proposals for pest control services at the Grey Towers National Historic Site in Milford, Pennsylvania. The contractor will be responsible for developing and implementing an Integrated Pest Management (IPM) Program for eleven historic and modern buildings, which includes routine and emergency pest control services, preventative measures, and cyclical treatments, all adhering to industry standards and applicable regulations. This procurement is crucial for maintaining the integrity and safety of the historic site while ensuring a healthy environment for visitors and staff. Interested small businesses must submit their proposals by August 7, 2025, and can direct inquiries to Laniece Nixon or Keith Friot via email for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Grey Towers Pest Control Services Experience Questionnaire (Form 12444725Q0021Attachment 06) is designed to gather comprehensive information from potential contractors for pest control services. This document, likely part of a federal RFP, requires businesses to detail their contact information, business type (Company, Corporation, Co-Partner, Non-profit, Individual), and years of experience as both a prime and subcontractor. It requests a list of up to three relevant projects completed within the last three years, including contract numbers, award amounts, client contact information, completion dates, and work descriptions. The form also asks for current contract commitments, confirmation of any past failures to complete awarded work, and organizational details such as minimum and maximum employee numbers, payroll status, and available equipment. Additionally, it requires a listing of the experience of principal individuals within the business, including their names, present positions, years of experience, and types of work performed. A remarks section is provided for additional information, and a certification section ensures the accuracy and completeness of the submitted data, authorizing the Forest Service to verify the information.
    The document outlines the qualifications and experience assessment for Grey Towers Pest Control Services in relation to a request for proposal (RFP). It includes an experience questionnaire where the contractor must provide essential details such as their name, contact information, type of business, years of experience in pest control, and previous relevant projects. The contractor is also required to specify current contract commitments and answer questions regarding their ability to complete work, employee information, and available equipment for the project. A certification section is included for the contractor to affirm the accuracy of the provided information. The purpose of this document is to gather comprehensive information from potential bidders to evaluate their capabilities for pest control services requested by the federal government, ensuring they have the experience and resources to fulfill the contract requirements successfully.
    The document identifies "Bldg #11" as the subject of a government file, likely related to federal RFPs, federal grants, or state and local RFPs. While the specific nature or purpose of this file is not detailed, its brevity suggests it is either a placeholder, a reference to a specific building within a larger project, or a highly condensed entry. In the context of government solicitations, "Bldg #11" could signify a location for proposed work, a facility requiring upgrades or services, or an asset involved in a grant application. Without further information, the document serves primarily as an identifier for a particular building relevant to a government initiative.
    The document pertains to Building #11, serving as a notice related to an upcoming Request for Proposals (RFP) for renovation and upgrades. It outlines the need for improvements to structural, mechanical, and electrical systems within the facility, emphasizing compliance with federal and state regulations. The primary objective is to enhance operational efficiency and safety standards in line with the government’s sustainability goals. Additionally, the RFP will require bidders to demonstrate experience in similar projects and the capability to manage potential environmental hazards. Key features of the procurement process, including timelines for submission and evaluation criteria, are expected to be detailed in forthcoming documents. This initiative reflects a commitment to modernize government infrastructure while ensuring adherence to health and safety protocols. The comprehensive renovations aim to extend the lifespan of Building #11 and improve service delivery to the community.
    The Grey Towers National Historical Site is seeking pest control services, outlined in a schedule of items for a base year and four option years, spanning from September 1, 2025, to August 31, 2030. Key services include Integrated Pest Management (IPM) for buildings 1-11, IPM for museum pests in Building 1, quarterly preventative bedbug services for Buildings 9 and 10, and an optional exterior power spray for buildings 1-11 three times a year. Additionally, wildlife control emergency call responses are included as an option. The schedule details the quantity and unit for each service, with placeholders for unit and total prices.
    The document outlines a Request for Proposals (RFP) for pest control services at Grey Towers National Historic Site for a five-year period, starting from September 1, 2025, to August 31, 2030. The services include Integrated Pest Management (IPM) targeting buildings 1 to 11, as well as specific services like quarterly bedbug prevention in designated buildings and emergency wildlife control. Each year consists of a base year followed by four option years, detailing the quantity of services required, such as twelve monthly IPM sessions, exterior power sprays three times a year, and additional pest control measures as needed. The structure emphasizes a comprehensive pest management strategy while adhering to the historical integrity of the site. The total costs for each year will be determined based on submitted bids, but amounts are currently left blank, indicating a call for proposals from contractors interested in fulfilling these pest control needs. This document is part of a federal initiative to maintain historic sites while ensuring pest management aligns with preservation efforts.
    The government file outlines the Request for Proposals (RFP) for Integrated Pest Management (IPM) and related pest control services at the Grey Towers National Historic Site, covering a five-year term from September 2025 through August 2030. The base year includes service for buildings 1-11 with a focus on controlling museum pests. Services are structured to include routine IPM, exterior pest sprays three times a year, and optional wildlife control and bedbug preventative measures. Each option year provides similar IPM services, with specifics varying slightly in the quantity and types of additional services. The document includes a schedule of items where bidders can input unit prices and total costs. The proposal's aim is to ensure the preservation and safety of this historic site by implementing effective pest management strategies while adhering to budgetary frameworks. This aligns with government objectives of maintaining heritage sites and ensuring public safety.
    The Grey Towers National Historic Site, managed by the US Forest Service, requires comprehensive pest control services for its eleven historic and modern buildings across 102 acres. This Request for Proposal (RFP) outlines the need for an Integrated Pest Management (IPM) Program, encompassing routine, non-routine, emergency, preventative, and cyclical services. The contract includes a base bid for general and museum-specific pest control, with options for indigenous wildlife control, preventative bed bug treatments, and exterior power sprays. The contractor must provide all materials, labor, and equipment, adhering to commercial industry standards, federal, state, and local laws, and specific guidelines for pesticide use, disposal, and safety. Key requirements include a licensed pest control manager, Pennsylvania state pesticide application certifications, and familiarity with MuseumPests best practices. The IPM plan must detail treatment strategies, monitoring, record-keeping, and quality control. Targeted pests range from common insects and rodents to museum-specific pests. Non-pesticide methods are prioritized, with judicious use of approved, least hazardous pesticides. The contractor is responsible for submitting detailed service reports, product lists, and an annual work schedule, with work coordinated to avoid disrupting public visitation. The goal is to sustain a healthy environment and protect the site's resources while maintaining high standards of quality and safety.
    The Grey Towers National Historic Site (NHS) is seeking pest control services for eleven historic and modern buildings across its 102-acre property in Milford, PA. The contract requires an Integrated Pest Management (IPM) Program encompassing routine, non-routine, emergency, preventative, and cyclical pest control, adhering to commercial industry standards and federal, state, and local regulations. The IPM plan must outline treatment strategies, schedules, continuous monitoring, response procedures, record-keeping, and pest education, prioritizing environmentally sound methods and judicious pesticide use. Specific pests targeted include insects like ants, bees, wasps, and spiders, rodents such as mice and rats, and museum-specific pests like moths and dermestid beetles. Option items include emergency wildlife control for animals like snakes and squirrels, quarterly preventative bedbug treatments in lodging facilities, and exterior power sprays for all buildings. The contractor must provide licensed personnel, be familiar with museum pest standards, and have prior museum experience. All pesticide mixing and storage must occur off-site. Deliverables include a product list, service reports, and an annual work schedule. The COR will oversee technical aspects, and strict safety, environmental, and work hour guidelines apply.
    The Grey Towers National Historic Site requires pest control services to maintain its facilities and promote a healthy environment. The contract, overseen by the US Department of Agriculture’s Forest Service, includes an Integrated Pest Management (IPM) Program addressing a range of pests in eleven buildings, including a historic mansion and lodging facilities. Services include routine inspections, emergency responses, and prevention strategies while adhering to environmental regulations. The contractor must provide qualified staff, utilize effective non-pesticide methods, and ensure pesticide use complies with safety standards. Performance and acceptable quality levels are defined, with monitoring through customer complaints and reports. Contractors need to coordinate work schedules and submit service reports, ensuring minimal disruption to site activities. The emphasis is on safe and effective pest management that respects the historic nature of the site, demonstrating the government's commitment to preserving resources and maintaining visitor safety while promoting responsible management practices.
    This document addresses questions and clarifications for the GT Pest Contract (Solicitation # 12444725Q0021), focusing on pest control services. Key points include contractor access hours (7 AM-5 PM, M-F, escorted), bedroom counts in lodging facilities (Bldgs 9 & 10 each have three), and the exclusion of birds and animal exclusion work (filling gaps/crevices) from emergency wildlife response. Carpenter bees are now included in the Integrated Pest Management (IPM) scope, with a revised list of targeted pests for buildings 1-11. Details on clothes moth activity, trap management (contractor responsible for supply/placement), and humidity levels in historic spaces of Building 1 are provided. Fumigation is not an expectation for moth control, and Building 7 is excluded from museum pest control IPM. Exterior bait stations are prohibited, with placement restricted to interior walls or door openings.
    The solicitation (12444725Q0021) is a Request for Quotation (RFQ) for Integrated Pest Management (IPM) services at Grey Towers National Historic Site, open to Small Businesses. The contractor will provide comprehensive pest control for eleven buildings, adhering to industry standards and regulations. Proposals must include technical capabilities (management structure, equipment, Museum Pest working group familiarity), technical qualifications (Pennsylvania pesticide and wildlife control licenses), past experience (three recent and relevant IPM projects on historic sites or museums), and a price volume. Quotes are due by August 7, 2025, 11:59 p.m. ET, via email to Laniece Nixon and Keith Friot. A mandatory pre-bid conference and site visit will be held on July 29, 2025, at 10 a.m. EST. The contract includes a base year and four option years, with a potential six-month extension.
    The solicitation number 12444725Q0021 calls for pest control services at Grey Towers National Historic Site. Issued as a Request for Quotation (RFQ), it invites small businesses to propose integrated pest management (IPM) solutions for eleven federally owned buildings. The contractor will be responsible for all necessary materials, labor, and compliance with federal, state, and local regulations. Submissions are divided into three volumes: Technical Capability, Experience Questionnaire, and Price. Proposals will be evaluated based on technical capability, past performance, and price, with the requirement that offerors demonstrate familiarity with Museum Pest working group best practices. A mandatory pre-bid conference is set for July 29, 2025, at the site, and all proposals must be submitted by August 7, 2025. This RFQ underlines the government’s commitment to maintaining historic sites while ensuring pest management aligns with conservation standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IMCOM Pest Control
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control management 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 includes a base period from January 1, 2026, to December 31, 2026, with four additional one-year options extending through December 31, 2030. Interested parties must attend a mandatory site visit on December 9, 2025, and submit proposals by following the outlined instructions, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via their provided emails.
    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 (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    S207--Pest Control Management Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from certified Veteran-Owned Small Businesses (VOSB) for Pest Control Management Services at the Manchester VA Medical Center in Manchester, New Hampshire. The procurement aims to implement an Integrated Pest Management (IPM) plan that effectively addresses various pest infestations while ensuring the health and safety of patients, staff, and visitors. This contract will cover a base year and four option years, with services expected to be performed twice a week during normal business hours, adhering to strict safety and environmental regulations. Interested parties must submit their quotes by December 10, 2025, to Contract Specialist Shawn Lawrence at Shawn.Lawrence@va.gov.
    PEST CONTROL FOR CHEYENNE RIVER AGENCY
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for the Cheyenne River Agency, located in Eagle Butte, South Dakota. The procurement involves a Firm-Fixed-Price (FFP) Purchase Order with a base year from January 1, 2026, to December 31, 2027, and includes four option years, extending the contract through 2031. The services are critical for maintaining a safe and healthy environment at the Walter Miner Law Enforcement Detention Center, requiring comprehensive pest management strategies that prioritize environmentally sound methods and compliance with federal, state, and local regulations. Interested parties can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further details regarding the solicitation, which is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561710.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    S207--IDIQ - Pest Control Service - VA FARGO
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, is seeking qualified small business sources for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide comprehensive Integrated Pest Management (IPM) services for the Fargo VA Health Care System. The objective of this procurement is to ensure a safe, sanitary, and compliant environment across VA facilities, with services including general pest management, bed bug treatments, and the removal of bats and vertebrate pests, all adhering to strict guidelines and regulations. This contract will span from January 1, 2026, to December 31, 2027, with four optional 12-month extensions through December 31, 2031, and is classified under NAICS code 561710, with a small business size standard of $17.5 million. Interested parties must submit their capability statements by December 9, 2025, at 17:00 Mountain Time to Dennis Salmonsen at dennis.salmonsen@va.gov.
    S--NDMO - Pest/Odor Control Bismarck ND
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide pest and odor control services for the North Dakota Maintenance Office located in Bismarck, ND. The procurement is set aside for small businesses under the Total Small Business Set-Aside program, and the services required fall under the NAICS code 561710, which pertains to Exterminating and Pest Control Services. These services are crucial for maintaining a safe and hygienic environment within government facilities, ensuring compliance with health and safety regulations. Interested parties can reach out to Mary K. Pfeifle at pfeifle@wapa.gov or call 605-353-2643 for further details regarding the solicitation.
    Combined Pest Control
    Buyer not available
    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.
    GAOA Idaho Airstrip Back Country 2
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves deferred maintenance at three backcountry airstrips—Chamberlain, Cabin Creek, and Cold Meadows—within the Payette National Forest in Idaho. The project aims to enhance airstrip infrastructure through various tasks, including tree removal, installation of drainage systems, construction of tie-downs and information boards, and overall grading, while adhering to strict environmental regulations and utilizing non-motorized equipment. This initiative is crucial for maintaining safe access to remote areas and ensuring the functionality of these airstrips, which are vital for emergency services and recreational access. Proposals are due by January 9, 2026, and interested contractors should contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further details.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.