PRESOLICITATION LEXINGTON VAMC PEST CONTROL
ID: 36C24925Q0272Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide pest control services for the Lexington Veterans Affairs Medical Center (VAMC) and its affiliated buildings and clinics, including Community-Based Outpatient Clinics (CBOCs). This procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at ensuring effective pest management in the facilities. Pest control services are critical for maintaining a safe and healthy environment for veterans and staff, addressing issues related to insects and rodents. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should contact William Blassingame at william.blassingame@va.gov or call 615-225-6964 for further details.

    Point(s) of Contact
    William BlassingameGeorge Cochran
    (615) 225-6964
    william.blassingame@va.gov
    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-4683 by the U.S. Department of Labor, providing wage and fringe benefit rates for contractors under the Service Contract Act in certain Kentucky counties. The key points include mandates for minimum wage compliance: contracts awarded on or after January 30, 2022, require a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour unless a higher rate is specified. The document lists various occupations alongside corresponding wage rates, emphasizing that workers receiving footnoted rates may be entitled to higher minimum wages under the relevant executive orders. It also details additional requirements for fringe benefits, including health and welfare plans, vacation, and holiday pay, while outlining the process for requesting classification and wage rate adjustments for unlisted occupations. This Wage Determination is essential for ensuring fair compensation and compliance with federal regulations for contractors engaged in service contracts.
    This document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs, specifically for Integrated Pest Management (IPM) services at the Lexington VA Medical Center and associated facilities. The contract is structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a total award value of $17.5 million. The RFP specifies that contractors must furnish all necessary labor and materials for pest control, including carpenter ants, bed bugs, and various common insects. The contractor is expected to adhere to local, state, and federal regulations, providing certified personnel for pesticide application. Services are to be performed based on a predefined schedule and must ensure patient and personnel safety, requiring timely response to pest emergencies. Quotes are due by May 20, 2025, and an emphasis is placed on comparative evaluations of bids based on pricing and service capability. The document also highlights specific contractual clauses, including payment processes, invoice requirements, and compliance with federal regulations, including set-asides for service-disabled veteran-owned small businesses. This RFP represents the VA’s commitment to maintaining a safe environment for patients and staff through comprehensive pest management services.
    The document details an amendment to solicitation number 36C24925Q0272 regarding a five-year IDIQ (Indefinite Delivery Indefinite Quantity) contract for pest extermination services at the Lexington Veterans Affairs Medical Center (VAMC). It clarifies that the deadline for proposal submissions remains set for May 20, 2025, at 12 PM CST, and emphasizes the necessity for prime contractors to have direct pest industry experience and proper insurance, including pesticide pollution coverage. Key changes from the previous contract involve an accelerated maximum response time for bed bug treatments from 24 hours to just 4 hours. The amendment also addresses question-and-answer exchanges concerning service specifications, management of bed bug requests, and expectations regarding onsite presence. Notably, pest control services will be exclusive to the two Lexington campuses, excluding the Community-Based Outpatient Clinics (CBOCs). The document underscores the importance of providing consistent information on service requirements for contractors to ensure competitive and accurate pricing in their bids. This amendment aligns with federal guidelines for procurement processes while aiming to maintain high standards in pest management operations in VA facilities.
    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.
    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, 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 optional one-year extensions, potentially lasting up to 66 months. Interested parties must attend a mandatory site visit on December 9, 2025, and submit proposals by the specified deadlines, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via email.
    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.
    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.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide herbicide application services at the Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for supplying all necessary labor, supervision, materials, equipment, tools, and supplies to perform herbicide spraying, specifically utilizing Sublime Herbicide Solution for broadleaf and weed control, with a specified application rate of 1.5 ounces per 1,000 square feet. This procurement is crucial for maintaining the cemetery's grounds and ensuring the aesthetic and environmental integrity of the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    J046--GREASE TRAP SERVICE - NEW BASE plus FOUR
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for grease trap services at the Ralph H. Johnson VA Medical Center, specifically for the quarterly sanitizing, disinfecting, and waste removal from two 500-gallon grease traps. This procurement is a total Service-Disabled, Veteran-Owned, Small Business set-aside, with a contract that includes a base year from February 23, 2026, to February 22, 2027, and four additional one-year option periods extending through February 22, 2031. The selected contractor must comply with federal, state, and local environmental regulations, adhere to JCAHO standards, and follow VA safety policies, while also being registered in SAM.gov and possessing the necessary hazardous waste permits. Interested parties should contact Contract Specialist Terri Hudson at Terri.Hudson@va.gov for further details and to ensure compliance with the outlined requirements.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    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.