S207--608-26-2-4820-0095: Pest Management Base Year (VA-26-00023590)
ID: 36C24126Q0099Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

Veteran Set Aside (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from Veteran-Owned Small Businesses (VOSB) for Pest Management Base Year services at the Manchester VA Medical Center in Manchester, New Hampshire. The procurement involves Integrated Pest Management (IPM) services, which include the control of various pests such as general structural arthropods, flying insects, rodents, and wood-destroying organisms, with services to be performed twice weekly during normal business hours. This contract will consist of a base year and four option years, emphasizing compliance with EPA regulations and state licensing requirements for pesticide use. Interested parties must submit their quotes by January 2, 2026, and can direct inquiries to Contract Specialist Shawn Lawrence at Shawn.Lawrence@va.gov.

    Point(s) of Contact
    Shawn LawrenceContract Specialist
    (203) 932-5711
    Shawn.Lawrence@va.gov
    Files
    Title
    Posted
    This is an amendment to a combined synopsis/solicitation (RFQ 36C24126Q0099) for Pest Management Base Year services for the Manchester VAMC and associated Community-Based Outpatient Clinics (CBOCs) in New Hampshire. The Department of Veterans Affairs is seeking bids from Veteran-Owned Small Businesses (VOSB) for Integrated Pest Management (IPM) services, including control of general arthropod pests, flying insects, predatory pests, stored product pests, rodents, pest birds, other vertebrates, aquatic pests, and wood-destroying organisms. The contract includes a base year and four option years, with routine services performed twice weekly. Key requirements include contractor licensing, experience, background checks, and adherence to EPA and state regulations for pesticide use. The solicitation also details an Exterior and Interior Fly Program, administrative reporting, and outlines specific coverage areas and pest types. A site visit is scheduled for December 22, 2025, and quotes are due by January 2, 2026.
    This document is a combined synopsis/solicitation for Pest Control Management Services at the Manchester VAMC in Manchester, NH. The Department of Veterans Affairs is seeking proposals from certified Veteran-Owned Small Businesses (VOSB) for Integrated Pest Management (IPM) services, including addressing general structural pests, flying insects, predatory pests, stored product pests, rodents, pest birds, other vertebrate pests, aquatic pests, and wood-destroying organisms. The contract will have a base year and four option years, with services performed twice a week during normal business hours. Contractors must be licensed in New Hampshire, have experience in commercial pest control, and adhere to strict safety and environmental regulations, including the use of EPA-approved pesticides and non-chemical methods where practicable. Specific requirements for bedbug and termite treatments, an exterior and interior fly program, and detailed reporting are outlined. Quotes are due by December 10, 2025.
    Attachment 2, FAR 52.212-1, outlines instructions for offerors submitting quotes for federal commercial products and services. It details NAICS codes, small business size standards, and specific submission requirements, including technical descriptions, pricing, warranty terms, and required certifications. The document sets guidelines for quote acceptance periods, product samples, multiple submissions, and handling of late modifications. It also addresses the issuance of purchase orders, potential multiple awards, and where to obtain referenced requirement documents. A crucial component is the unique entity identifier requirement for quotes exceeding the micro-purchase threshold, ensuring proper identification and electronic funds transfer capabilities. Unsuccessful offerors will not receive notifications.
    Attachment 3, titled "52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES," outlines the U.S. Government's process for evaluating quotations and awarding purchase orders for commercial products and services. Effective April 18, 2025, the document details a comparative evaluation approach based on FAR 13.106-2 (b) (3), prioritizing the most advantageous offer, not necessarily the lowest price. Key evaluation factors include technical merit, past performance, and price. Technical evaluation assesses how well a quotation meets or exceeds requirements, while past performance examines a quoter's likelihood of success. Price evaluation sums all line-item prices, including options. The Government will evaluate options by adding their total price to the basic requirement, encompassing potential extensions under FAR 52.217-8. Quoters are not to price these extensions directly, but they will be considered in the evaluation. This framework ensures a comprehensive assessment to secure the best value for the Government.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    VHA ENVIRONMENTAL PROGRAMS SERVICE (EPS) | ELECTRONIC PEST MANAGEMENT FIELD GUIDE APPLICATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide a web-based pest management resource, including training and an electronic Pest Management Field Guide application, for the Veterans Health Administration (VHA) enterprise. The objective is to enhance the Integrated Pest Management Program (IPMP) by offering comprehensive educational resources and technical support to ensure a safe and pest-free environment for Veterans, their families, and staff across VA facilities. This initiative is critical as the VA currently lacks the internal resources and expertise to effectively manage pest control, necessitating the development of VHA-specific training courses and a robust support system. Interested parties must submit their capability statements by January 9, 2026, at 15:00 Eastern Time, with responses limited to 10 pages, and can direct inquiries to Angela Ayers at Angela.Ayers@va.gov or Jennifer Benisek at Jennifer.Benisek@va.gov.
    Combined Pest Control
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide combined pest control services at Base Cape Cod in Buzzards Bay, Massachusetts. The contract encompasses scheduled monthly and quarterly pest inspections and treatments, as well as unscheduled emergency interventions, emphasizing non-chemical pest management techniques while ensuring compliance with environmental regulations. This procurement is critical for maintaining a safe and healthy environment at the base, with the contract set to commence on January 1, 2026, and extend through a base year plus four option years. Interested vendors must submit their quotes by January 5, 2026, and include required documentation such as Massachusetts pesticide applicator licenses and a detailed technical plan, with inquiries directed to the contracting officer, Jessica Bonham, at jessica.l.bonham@uscg.mil.
    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.
    J061--UPS Preventive Maintenance for Bedford VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Uninterruptible Power Supply (UPS) preventive maintenance services at the Bedford VA Medical Center in Bedford, MA. The procurement requires two maintenance visits per year—one semi-annual and one annual—for UPS systems located in Buildings 3 and 61, with a contract period consisting of a base year and four option years. This maintenance is crucial for ensuring the reliability of power systems that support critical medical operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 29, 2025, at 12 PM EST, and are required to provide a Price Schedule and Past Performance Worksheet as part of their proposal. For further inquiries, contact Juliette Buchanan at juliette.buchanan@va.gov.
    S214--Mat Cleaning Contract - Environmental Management Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking proposals for a mat cleaning contract under solicitation number 36C24926Q0046. The contract requires the provision of mat cleaning services at the James H. Quillen VA Medical Center and various outpatient clinics in Tennessee and Virginia, including initial inventory, ongoing maintenance, and weekly replacements of mats. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and adheres to a size standard of $8.5 million under NAICS code 561740. Interested contractors must comply with federal, state, and local regulations, and are required to implement a Quality Control Program. The contract will commence on February 3, 2026, and includes four one-year options. For further inquiries, potential bidders can contact Contract Specialist Julio C Gonzalez at julio.gonzalez@va.gov.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a vegetation cutting and herbicide treatment project at the Surry Mountain Dam in Surry, NH. The project requires the contractor to furnish all labor, materials, and equipment necessary to cut and chemically treat approximately two acres of vegetation, including cutting woody stems greater than one inch in diameter and applying herbicide treatments, while adhering to safety regulations and disposing of debris in accordance with applicable laws. This procurement is set aside for small businesses, with a firm-fixed-price contract expected to run from the award date through October 31, 2026. Interested vendors must have an active registration in SAM.gov and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Plant and Holiday Decor Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Plant and Holiday Decor Services for the Washington DC VA Medical Center and its associated Community Based Outpatient Clinics. The procurement involves a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with an estimated performance period from January 19, 2026, to January 18, 2031, and a maximum contract value of $500,000.00. Key requirements include weekly plant maintenance, annual plant audits, pest control, and the installation and removal of holiday decorations, emphasizing the importance of maintaining a welcoming environment for veterans and staff. Interested parties must submit their quotes and any questions by January 5, 2026, with site visits scheduled for December 18-19, 2025; inquiries should be directed to Jameel Gordon at jameel.gordon@va.gov.
    V231--BPA for: WRJ VAMC Lodging
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for lodging services for veterans at the White River Junction Healthcare System in Vermont. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring lodging facilities to be located within 1.2 miles of the VA Medical Center, offering double occupancy, ADA compliance, and pet-friendly accommodations, with services available 24/7. The contract will cover a base year and four option years, running from January 19, 2026, to January 18, 2031, with evaluation criteria based on price, technical capabilities, and past performance. Interested vendors must submit their quotes by January 9, 2026, at 12:00 PM EST, and should contact Contract Specialist Paula Doerfler at Paula.Doerfler@va.gov for further inquiries.
    J065--Patient Bed Maintenance Service Contract - POP: 02/01/2026 - 01/31/2031
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide a Patient Bed Maintenance Service Contract for the Phoenix Veterans Affairs Healthcare System, covering preventative and corrective maintenance for 176 Med-Surg beds, 5 ICU beds, and 4 Bariatric beds. The contract will span from February 1, 2026, to January 31, 2027, with four optional one-year extensions available, emphasizing the need for certified technicians to ensure compliance with manufacturer recommendations and timely service. This maintenance service is crucial for maintaining the functionality and safety of medical equipment used in patient care. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by January 13, 2026, at 10:00 AM PST, to Contract Specialist Barry Bland at barry.bland@va.gov.
    R408--VISN 2 Bronx ESPC Project Facilitator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking Project Facilitator (PF) Services to support the VISN 2 Bronx Veterans Affairs Medical Center (VAMC) Energy Savings Performance Contract (ESPC). The selected contractor will be responsible for providing Measurement and Verification (M&V) Report reviews, project tracking, and documentation of meeting minutes over a five-year period, which includes one base year and four option years. This procurement is particularly significant as it aligns with the VA's commitment to energy efficiency and sustainability initiatives. The anticipated contract, which will be awarded directly to EMP2 Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), is expected to commence on September 25, 2025, and conclude on September 24, 2030, with the possibility of an earlier start. Interested parties can contact Contracting Officer Joseph Senkovich at Joseph.Senkovich2@va.gov or by phone at 813-903-4476 for further information.