S207--Pest Control Management Services
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 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.

    Point(s) of Contact
    Shawn LawrenceContract Specialist
    (203) 932-5711
    Shawn.Lawrence@va.gov
    Files
    Title
    Posted
    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
    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.
    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.
    Pest Management Services USAG Wiesbaden
    Buyer not available
    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.
    J065--Medical Gas Inspections, Testing and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the inspection, testing, and maintenance of medical gas systems at the James J. Peters VA Medical Center in Bronx, NY. The contract encompasses the annual inspection and certification of various medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets, adhering to established safety standards such as NFPA 99 and ASSE certifications. This procurement is critical for ensuring the safety and reliability of medical gas systems, which are vital for patient care in healthcare facilities. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to the Contract Specialist, Christopher J Weider, at Christopher.Weider@va.gov, with the contract set to begin on January 13, 2026, and a total value determined by the proposals received.
    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.
    J079-- Housekeeping Equipment Preventive Maintenance and Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventive maintenance and repair services for housekeeping equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide monthly preventive maintenance, corrective maintenance, and repair services for various floor care machines, ensuring compliance with strict operational standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM CST, and can contact Contract Specialist Stephanie Watts at Stephanie.Watts@va.gov or 601-362-4471 for further information.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    R408--VISN 2 Bronx ESPC Project Facilitator Services
    Buyer not available
    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.
    Caterpillar Generator Maintenance - Chelmsford MA CMOP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for two Caterpillar C15 generators at the Consolidated Mail Outpatient Pharmacy (CMOP) in Chelmsford, Massachusetts. The contract encompasses a base year starting January 1, 2026, and includes four option years through December 31, 2030, requiring services such as quarterly and annual preventive maintenance, load bank tests, and battery replacements. These generators are critical for ensuring operational reliability and compliance with safety standards, necessitating a Caterpillar-authorized service provider. Interested bidders must submit their proposals by December 9, 2025, at 3:00 PM CST, via email to Teresa Clark at Teresa.Clark3@va.gov, including proof of Caterpillar Certification and adherence to the U.S. Department of Labor Wage Determination No: 2015-4055.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.