Pest Control Services, Border Patrol, Swanton, VT
ID: 70B03C25Q00000110Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking qualified contractors to provide pest control services at the Swanton Border Patrol Station in Vermont. The procurement aims to secure integrated pest management services, including inspections, pest control planning, and compliance with environmental standards, to ensure a safe and healthy environment at the facility. This contract is critical for maintaining operational efficiency at the Border Patrol Station, which operates continuously and serves a staff of 75. Interested vendors must submit their quotations by February 18, 2025, and can direct inquiries to Robert Kay at Robert.J.Kay@cbp.dhs.gov or by phone at 317-614-4824.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation process, specifying that all inquiries, including requests for deadline extensions, must be directed to the email of Robert J. Kay by 2/14/2025 at 12:00 p.m. ET. Responses to queries will be updated via amendments published on SAM.gov, ensuring all participants receive the same information. It emphasizes that late questions may not receive answers. This communication pertains to a federal RFP process, providing essential procedural details and deadlines critical for interested quoters aiming to participate effectively in the bidding process. The adjustments in submission procedures reflect the government's commitment to transparency and fairness in solicitation activities. Overall, it underscores the significance of adhering to established timelines and using designated platforms for communication and bidding.
    The document is a Past Performance Questionnaire related to a pest control services solicitation by the Department of Homeland Security, Customs and Border Protection. The purpose is to assess the past performance of a vendor proposing for contract RFQ 70B03C25Q00000110. The questionnaire includes detailed sections for the evaluator to fill out, such as the offeror’s name, contract details, evaluator information, and a series of performance rating factors. The factors for evaluation include quality of services, project management, timeliness of performance, and cost effectiveness, with an adjectival rating scale ranging from ‘Superior’ to ‘Unsatisfactory’. Evaluators are directed to provide concise assessments of the contractor's strengths and weaknesses, as well as their willingness to award future contracts based on the past performance. The focus of the questionnaire is to ensure thorough and objective evaluation, highlighting the necessity of accurate and complete feedback by the deadline of February 18, 2025. Overall, this document facilitates critical insights into the vendor's capabilities, playing a significant role in the federal evaluation process for procurement contracts.
    The file presents a price quote template for pest control services required at the Swanton Border Patrol Station, issued by the U.S. Customs and Border Protection (CBP). The document outlines the intention to award a Firm-Fixed Price contract to a qualified vendor based on a submitted quote that offers the best value while fulfilling the Statement of Work (SOW) specifications. Vendors are asked to provide pricing for the base year (April 1, 2025 - March 31, 2026) and four subsequent option years through March 2030. The format includes sections for the company's name, unique identification number, and contact details of the individual preparing the quote. The document seeks a total price for the entire contract duration, alongside any additional information vendors may wish to include. This RFP format reflects governmental practices in soliciting competitive bids for services, ensuring transparency and accountability in public procurement processes.
    The document is a Request for Quotation (RFQ) issued by the Department of Homeland Security's Customs and Border Protection (CBP) for Pest Control Services at the Swanton Border Patrol Station. It invites quotations from qualified contractors and emphasizes that the RFQ is for information purposes only and does not guarantee contract award. Key details include a requisition number, issuance date, and instructions for submission by February 18, 2025, along with required documents such as a technical capability statement and past performance information. The selected contractor will be evaluated based on technical capability, past performance, and price, with an expected contract period from April 1, 2025, to March 31, 2026. The RFQ outlines the importance of a comprehensive review of the Statement of Work, compliance with Federal Acquisition Regulations, and addressing cybersecurity concerns regarding telecommunications. Additionally, there are compliance requirements regarding labor laws and safety measures for contractor personnel entering CBP facilities. This RFQ highlights the government’s structured procurement process aimed at securing essential services while adhering to regulatory standards.
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) has issued a Standard Statement of Work (SOW) for Pest Control Services at the Swanton Border Patrol Station in Vermont. This document outlines the requirements and responsibilities of the contractor in providing integrated pest management (IPM) services, which include thorough inspections, pest control planning, application methods, and documentation. The contractor must effectively manage pests such as rodents and insects while minimizing pesticide use and adhering to environmental standards. Key tasks include submitting a Pest Control Plan, maintaining a pest control logbook, using commercial applicator technician licenses, and ensuring proper disposal of hazardous materials. The contractor must also comply with legal requirements, security protocols, and utility conservation practices. Periodic inspections by authorized representatives will evaluate the contractor's performance, and the contractor is responsible for supervising employees and safeguarding security materials issued by the government. This SOW is crucial for ensuring pest management efficiency and compliance with regulatory standards, reflecting the government's commitment to maintaining safe and healthy environments at federal facilities.
    The document outlines essential details regarding the Swanton Border Patrol Station, operated by U.S. Customs and Border Protection. Located at 104 Raven Drive, Swanton, VT, the facility functions continuously, 24/7, and encompasses approximately 23.8 acres with a compounded land area of 418,735 square feet. The primary building, designated as VT15203, contains a total square footage of 53,712, which includes office spaces, restrooms, a detention area, and a garage. Work at the Swanton facility is scheduled five days a week, during regular hours from 7:00 AM to 3:30 PM. The building serves a staff of 75 and features a single story structure that houses various operational functions essential for the Border Patrol's mission. This fact sheet serves to inform potential contractors of the facility specifications and operational parameters relevant to government contracts or proposals regarding maintenance and service provisions. The focus is on ensuring that the facility effectively meets the needs of its large workforce while adhering to operational standards required by federal agencies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pest Control Services, CBP Plattsburgh Air Base
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified contractors to provide pest control services at the Plattsburgh Air Base in New York. The procurement aims to address pest management needs, ensuring a safe and hygienic environment at the facility through effective extermination and pest control measures. These services are critical for maintaining operational readiness and health standards at the air base. Interested parties can reach out to Robert Kay at Robert.J.Kay@cbp.dhs.gov or by phone at 317-614-4824 for further details regarding this opportunity.
    ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterminating and pest control services at the Organ Pipe Cactus National Monument in Arizona. The contract, identified by solicitation number 140P1525Q0039, is set for a base year from April 1, 2025, to March 31, 2026, with the possibility of extending for up to four additional years. These services are crucial for maintaining a safe environment for park visitors by effectively managing pest-related challenges in the area. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and should ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI) to qualify for the award. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Janitorial Services Procurement
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking quotes for janitorial services for the VACIS trailer located in Sarnia, Canada. The procurement aims to award a Firm-Fixed Price contract for essential cleaning services, which include weekly cleaning of floors, surfaces, kitchen appliances, and bathrooms, with the vendor responsible for providing their own cleaning supplies due to the lack of running water at the facility. This contract is crucial for maintaining operational cleanliness and supporting cross-border customs operations, with a base period from March 1, 2025, to February 28, 2026, and the option for four additional one-year extensions. Interested vendors must submit their quotations by February 14, 2024, and can direct inquiries to Amoz Samuel at amoz.j.samuel@cbp.dhs.gov or by phone at 202-325-0039.
    NEW 5 YEAR PEST CONTROL SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a five-year contract to provide pest control services at various facilities in Jacksonville, Florida. The procurement aims to ensure effective pest management, including insect and rodent control, across multiple government properties, with a focus on maintaining operational efficiency and compliance with safety regulations. This contract is set aside for small businesses and emphasizes the importance of quality assurance and performance standards, as outlined in the associated Quality Assurance Surveillance Plan. Interested vendors must submit their proposals by 12:00 PM on February 21, 2025, and can direct inquiries to Glenn Jenkinson at glenn.i.jenkinson@usace.army.mil or Gerald L. Garvey at Gerald.L.Garvey@usace.army.mil.
    Mud trap waste and septic tank system pumping and disposal services
    Buyer not available
    The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking proposals for the removal and disposal of sludge waste from grit traps and sewage septic systems at Border Patrol Stations in South Texas. This procurement is exclusively set aside for small businesses and requires compliance with federal regulations, including labor standards and subcontracting limitations. The services are critical for maintaining sanitary conditions at border facilities, ensuring operational efficiency and compliance with environmental standards. Proposals must be submitted electronically by February 18, 2025, and interested vendors must be registered in the System for Award Management (SAM). For further inquiries, contact Caroline Manning at caroline.r.manning@cbp.dhs.gov or call 915-585-4438.
    General Pest Control, Ft Riley, KS
    Buyer not available
    The Department of Defense, through the 923rd Battalion at Fort Riley, Kansas, is soliciting proposals for General Pest Control services under an Indefinite Delivery-Requirements contract. The primary objective is to implement Integrated Pest Management (IPM) practices to ensure effective pest control across military facilities, thereby safeguarding military readiness and personnel health. This contract is set aside entirely for small businesses, with a base period commencing on April 21, 2025, and extending through four option years. Interested contractors must submit their proposals by February 22, 2025, and can direct inquiries to Patricia Barth at patricia.j.barth3.civ@army.mil.
    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.
    Pest Control Services - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for pest control services at the Acoma-Cañoncito-Laguna (ACL) Indian Health Center located in Pueblo of Acoma, New Mexico. The procurement involves a firm-fixed price contract covering a base year and four optional years, requiring bi-monthly pest control services to prevent disease spread and ensure a pest-free environment across multiple facilities, including the health center, maintenance shop, and warehouse. This initiative is crucial for maintaining public health standards and supports the involvement of Indian Small Business Economic Enterprises (ISBEEs) in government contracts. Interested vendors should submit their proposals, including pricing and qualifications, to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at (505) 256-6755.
    Pest Control
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Integrated Pest Management (IPM) services at the Marion VA Medical Center and its affiliated clinics. The contract will be awarded as a single Indefinite Delivery Indefinite Quantity (IDIQ) for a five-year period, requiring pest inspection, control, and management across approximately 500,000 square feet of facilities, with services needed three times a week and additional treatments as required. This procurement is crucial for maintaining a safe and healthy environment for patients and staff, emphasizing compliance with safety regulations and minimal disruption to facility operations. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), can contact James Hogue at James.Hogue@va.gov or call 913-684-0133 for further details.
    Fernan Ranger Station Bat Remediation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Fernan Ranger Station Bat Remediation project in Coeur d'Alene, Idaho. The objective of this procurement is to address a bat infestation in building 2232 by installing one-way access devices for bat eviction, sealing potential access points, and sanitizing contaminated areas, including the removal of guano and insulation replacement. This project is crucial for maintaining workplace safety and adhering to environmental protections for the protected Myotis lucifugus species, with work scheduled to occur between March 10 and April 18, 2025. Interested small businesses must submit their technical proposals and relevant documentation by February 21, 2025, at 3:00 PM EST, and can contact Shawn Trout at shawn.trout@usda.gov or 802-613-7644 for further information.