FY25 IDIQ's for GHMC Aerial Insecticide Treatments
ID: 12639525Q0079Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL FERTILIZATION/SPRAYING (F001)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) is seeking contractors for multiple firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide aerial insecticide treatments targeting Grasshopper and Mormon Cricket populations across five states: Colorado, Oregon, Nevada, Utah, and Wyoming. The primary objective is to reduce pest populations through aerial spraying of the pesticide Diflubenzuron, with contractors responsible for supplying all necessary labor, equipment, and compliance with safety and environmental regulations. This initiative is crucial for protecting agricultural resources and preventing economic loss due to pest infestations. Interested parties must submit their quotes via email to Kim Yen Tu at kimyen.n.tu@usda.gov by 3 PM Central Time on April 4, 2025, ensuring adherence to all solicitation requirements and federal wage determinations.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA APHIS Rangeland Grasshopper and Mormon Cricket Suppression Program outlines the procedures and specifications for aerial application contracts targeting pest management on rangelands. It includes terms for firm fixed-price contracts covering insecticides applied via aircraft, detailing roles for contracting officials, aircraft categories, operational hours, and equipment requirements. The document emphasizes adherence to environmental regulations and effective operational management to ensure timely program completion. Responsibilities are divided between the contractor, who provides aircraft and insecticides, and the government, which supplies maps and maintains oversight. Specific methodologies for treatment, including Traditional Uniform Coverage and Reduced Agent and Area Treatments (RAATs), optimize treatment efficacy while minimizing costs. Thorough performance evaluations post-contract assess compliance with safety and operational standards. This structured approach aims to effectively manage pest populations while adhering to federal regulations, reflecting the government’s commitment to agricultural health and environmental safety.
    The USDA APHIS Rangeland Grasshopper and Mormon Cricket Suppression Program outlines the guidelines for aerial application of insecticides to combat pest populations affecting rangelands. The document outlines firm fixed-price contracts for both full-service and standby contracts where contractors are responsible for providing aircraft, insecticides, personnel, and equipment. Key roles include the Contracting Officer, Contracting Officer’s Representative, and Aerial Treatment Manager, who oversee the technical and operational aspects of the project. The document specifies various aircraft categories, application rates, and conditions related to pest management, emphasizing the importance of effective treatment schedules and environmental considerations. Operational requirements include compliance with FAA and state regulations and adherence to safety protocols during aircraft operation. Additionally, the responsibilities of contractors encompass qualifications for personnel, aircraft specifications, and timely reporting. The program is designed to ensure timely, efficient pest suppression while maintaining adherence to environmental and safety standards, reflecting the government's commitment to protecting agricultural resources and public health.
    The USDA Animal and Plant Health Inspection Service (APHIS) is seeking contractors for an aerial application program targeting Grasshopper and Mormon Cricket populations. This program involves firm fixed-price contracts for both liquid and solid bait applications on rangeland, with all necessary aircraft, personnel, and insecticides provided by the contractor. The document details various requirements, including contractor and government responsibilities, aircraft specifications, and safety protocols. Key roles outlined include the Contracting Officer, who oversees contract administration, and designated representatives who monitor performance. The contractors must provide fully equipped aircraft and adhere to strict operational hours, insecticide application guidelines, and environmental regulations. Treatments are to be calibrated for efficiency, taking local ecological factors into account to ensure compliance and minimize environmental impact. Performance evaluations will occur post-contract, focusing on adherence to regulations and successful execution. This request for proposal (RFP) exemplifies government efforts to engage private contractors for essential ecological management, emphasizing both operational and environmental standards, and ensuring comprehensive compliance with government agencies' policies.
    The Project Experience Questionnaire is a structured document designed for contractors engaged in government RFPs, specifically related to aerial treatment spraying programs. It collects contractor information, work details, and client assessments of contractor performance. The first part is completed by the contractor, detailing their background, contract specifics, and project relevance, particularly emphasizing experience with aerial treatments, aircraft use, and crew qualifications. The second part requires the client to assess the contractor's performance across various criteria, such as compliance with contracts, quality of work, and management effectiveness, using a rating scale from exceptional to unsatisfactory. This questionnaire serves as a tool for evaluating contractor capabilities and past project performance, ensuring qualified firms are considered for future contracts in government projects focused on aerial spraying and related services.
    The file outlines the treatment zones established by the U.S. Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) for addressing Grasshopper and Mormon Cricket infestations in various counties across Nevada, Utah, and Colorado. It includes detailed mappings of treatment regions and emphasizes the collaboration between APHIS and Agricultural Marketing Service (AMS) for the management of pest control in these areas. The document serves a restricted government purpose, collecting data to inform federal and local strategies against agricultural pests, ultimately aimed at protecting crop health and preventing economic loss. The treatment regions are systematically categorized, with distinct boundaries specified for each zone, showcasing a planned approach to pest management. The document is classified as sensitive government information and underscores a commitment to agricultural health and regulatory compliance across the affected states.
    The USDA Animal and Plant Health Inspection Service (APHIS) has issued a Request for Quote (RFQ) to procure aerial services for grasshopper and Mormon cricket suppression through multiple firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The solicitation targets the provision of aerial spraying services across five states: Colorado, Oregon, Nevada, Utah, and Wyoming, specifically for applying Diflubenzuron insecticide from May 2025 through April 2027. Quoters must submit their bids via email to the contact listed, ensuring compliance with requirements including EPA certification, insurance, and demonstrating relevant past performance in aerial pesticide spraying. The RFQ outlines specific requirements for equipment and personnel, including pilot qualifications and record-keeping practices. Contractors will be evaluated based on capacity and past performance, and task orders will only be authorized as needed, with strict guidelines for issuing orders and payment linked to services rendered. Moreover, extensive details regarding compliance with federal laws, labor standards, and safety measures accompany the solicitation. This RFQ reflects the government’s commitment to controlling pest outbreaks while ensuring contractor accountability and regulatory adherence.
    The USDA Animal and Plant Health Inspection Service (APHIS) seeks contractors for aerial treatment services targeting grasshopper and Mormon cricket suppression across five states: Nevada, Oregon, Wyoming, Colorado, and Utah. This solicitation outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from May 1, 2025, to April 30, 2027. The main deliverable involves aerial spraying using the pesticide Diflubenzuron, with contractors required to provide all necessary equipment and staff, comply with safety protocols, and deliver accurate reporting. Quoters must submit complete proposals via email, including pricing schedules, aircraft capability information, pilot qualifications, and evidence of certifications. Funding and contracts will adhere to various federal regulations and evaluations consider both cost and performance history. Task orders will be issued at the government's discretion for required aerial services. The document emphasizes responsible contract management, requiring contractors to hold insurance and maintain compliance with labor regulations. Overall, this contract aims to ensure efficient pest management while upholding stringent federal guidelines and operational standards.
    The document presents wage determination information published on December 23, 2024, essential for contractors involved in federal projects. It lists various regions in Colorado, Oregon, Wyoming, Nevada, and Utah, along with specific wage determination numbers and their revision status for each county or region. For instance, regions in Colorado are specified with corresponding numbers like 2015-5439 (Rev 25) for Moffat and 2015-5419 (Rev 28) for Adams. The document emphasizes accessing full text wage determinations at www.sam.gov by entering unique eight-digit numbers. This information is crucial for ensuring contractors meet federal wage regulations in their projects, linking to the broader context of federal grants and local RFPs where compliance with wage determinations is mandatory. Overall, the document serves as a key resource for navigating wage compliance in public contracts.
    Lifecycle
    Similar Opportunities
    IMCOM Pest Control
    Dept Of Defense
    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 both scheduled and unscheduled pest management services, addressing a variety of public health pests that may affect military readiness and personnel well-being. This contract, valued at approximately $17.5 million, 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 should contact Katharina Wagner at katharina.wagner5.civ@army.mil or Tesia Polk at tesia.l.polk.civ@army.mil for further details, and proposals must be submitted by the specified deadlines following the guidelines outlined in the solicitation documents.
    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.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    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.
    Rotary-Wing Commercial Aviation Services in Illinois
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to establish a contract for Rotary-Wing Commercial Aviation Services in Illinois, aimed at supporting aerial surveillance of wildlife and telemetry monitoring activities. This procurement will result in a firm fixed price indefinite delivery indefinite quantity contract, with a total small business set-aside under NAICS code 481219, which has a size standard of $25 million. The contract is significant for ensuring effective wildlife management and monitoring in Illinois and surrounding areas, with an anticipated start date of January 1, 2026, and consisting of five twelve-month ordering periods. Interested parties can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, and all responsible sources are encouraged to submit quotations for consideration.
    Jackson Hole Levee Vegetation Spraying
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    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.
    S--Mescalero Agency Pest Control Services
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian Economic Enterprises to provide pest control services at the Mescalero Agency in Mescalero, NM. The procurement involves delivering pest control services every other month for a base year with two option years, ensuring the maintenance and safety of the agency's buildings and structures. This opportunity is crucial for maintaining a pest-free environment, which is essential for the health and well-being of the agency's operations. Interested parties must submit a capabilities statement to Margie Tahdooahnippah at Margie.Tahdooahnippah@bia.gov by 5:00 PM on December 22, 2025, to be considered for this contract.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    GPS/GSM Avian Transmitters
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure fifty (50) GPS/GSM avian transmitters for its Wildlife Services program in Utah. This procurement aims to fulfill mission requirements related to wildlife management and monitoring. The contract will be a one-time commercial purchase order, with delivery required to Millville, Utah, and is set aside for small businesses under NAICS code 334220. Interested vendors should direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, with the anticipated contract effective date being January 1, 2026.