Pest Control Services
ID: 19AU9025Q0010Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY VIENNAWASHINGTON, DC, 20520, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)
Timeline
    Description

    The U.S. Department of State is seeking proposals for pest control services as part of an Integrated Pest Management (IPM) program for the U.S. Embassy in Vienna, Austria. The contract will cover recurring pest control measures for various pests, including rodents, insects, and fungi, across government-owned and leased properties, ensuring compliance with safety and regulatory standards. This procurement is critical for maintaining health and safety within embassy facilities, with a contract duration of one base year and four optional one-year renewals. Interested vendors must submit their proposals electronically by June 10, 2025, and can contact Charles Collins at collinsco@state.gov or Norbert Tritscher at tritschern@state.gov for further information.

    Point(s) of Contact
    Charles Collins
    collinsco@state.gov
    Norbert Tritscher
    tritschern@state.gov
    Files
    Title
    Posted
    The U.S. Embassy in Vienna has issued a Request for Proposals (RFP) number 19AU9025Q00J0 for Pest Control Services, with a proposal submission deadline of June 10, 2025, at 10 am local time. Interested vendors are invited to submit their quotations electronically while adhering to specific formatting requirements. Proposals must include completed forms such as SF-1449, Section B for Pricing, and Section K for Representations and Certifications, as well as proof of registration in the System for Award Management (SAM). The contract will be awarded to the responsible offeror providing the lowest acceptable bid, with initial proposals possibly being evaluated without further discussions unless necessary. This solicitation is designed to secure pest control services in alignment with government procurement standards, emphasizing compliance with submission guidelines and deadlines, enhancing operational efficiencies at the Embassy.
    The document is a solicitation for pest control services as part of an Integrated Pest Management (IPM) program for the U.S. Tri-Mission in Vienna, Austria. It is issued by the procurement office, detailing a contract arrangement for one base year with four optional one-year renewals. Key information includes the solicitation number (19AU9025Q0010), issuance date (May 28, 2025), and due date for offers (June 11, 2025). The procurement is open to various businesses, with specifics regarding size standards for small and women-owned businesses. The contractor must provide pest control across multiple sites, ensuring compliance with government contracting requirements. The price table includes costs for the base year and each option year, accounting for a 20% VAT. The document incorporates several Federal Acquisition Regulation (FAR) clauses related to commercial services. Finally, it requires signatures from both the contractor and contracting officer to validate the acceptance of bids and compliance with the outlined terms. This solicitation reflects the government’s ongoing efforts to procure essential services through formalized processes, ensuring fair competition while addressing operational needs through local expertise.
    The document outlines a Request for Proposal (RFP) for pest control services to be provided at the U.S. Tri-Mission in Vienna, as part of a comprehensive Integrated Pest Management (IPM) program. The contract will operate as an indefinite-delivery indefinite-quantity agreement with firm-fixed prices over a potential duration of four years, with specific minimum and maximum order quantities. Key services include thorough pest control measures for rodents, insects, and fungi, with an emphasis on safety, compliance with Department of State regulations, and proper pesticide application techniques. Contractors are tasked with conducting initial inspections, developing Pest Control Plans, and executing pest control measures in accordance with regulatory guidelines while ensuring minimal disruption to building occupants. The document also mandates strict insurance and personnel qualification requirements to ensure contractor accountability and safety. Overall, this RFP reflects the government's commitment to maintaining safety and health standards while ensuring effective pest management at its facilities.
    The U.S. Department of State's Pesticide Application Plan outlines the process for authorizing and documenting pesticide applications within Department facilities to ensure effective pest control while prioritizing safety. The plan requires the identification of the property address, application date, treatment areas, target pests, and specific pesticide information, including its name, active ingredients, and method of application. Safety measures must be documented, including preparation, application, and post-application actions to protect occupants and the environment. Approval from the designated POSHO is mandatory before any application occurs, ensuring compliance with regulations. Necessary attachments include pesticide labels, safety data sheets, and applicator certifications, which must be maintained for record-keeping. This document serves as a structured guideline for pest management practices in government facilities, highlighting the importance of safety and compliance within federal and local government RFPs.
    The document outlines the Department-Recommended and Department-Authorized EPA-Registered Self-Help and Professional-Use Pesticides for common pests in 2025, aiming to empower residents and professionals in pest management. It promotes the use of environmentally safe, effective products while providing specific instructions for application across various pest categories, including cockroaches, ants, flying insects, fleas, and rodents. The self-help section encourages individuals to use ready-to-use products requiring no special training, while the professional-use section stipulates that pesticides must be authorized and used with caution under regulatory guidelines. All pesticides listed must be effective, non-toxic, and accompanied by clear instructions, adhering to safety practices like ventilating treated areas. The structured guidelines facilitate local sourcing and regulatory compliance to ensure public safety in pest management practices.
    The Pesticide Application Notification form is a directive for contractors hired to apply pesticides in Department-owned or leased residences. The document outlines the authorized treatment plan after an inspection of the property and mandates that occupants receive notice at least 24 hours prior to application. Only EPA-registered or Department-approved pesticides may be used, adhering strictly to manufacturer instructions. It emphasizes safety measures for residents, including vacating treated areas, removing food and toys, ensuring proper ventilation, and using tamper-proof bait stations for pests. Precautionary steps are provided to minimize pesticide exposure and promote pest control through self-help measures. The primary purpose of this document is to ensure safe pesticide application while informing occupants of necessary safety protocols and the rationale behind chemical usage in pest management.
    The document outlines a Request for Proposals (RFP) related to Integrated Pest Management (IPM) involving various pest control services for properties associated with Tri-Missions Vienna. The proposal includes treatments for wasps, bedbugs, mosquitoes, martens, and pigeons, as well as ongoing control for moths and rats. Specific locations are highlighted, including various Altbau villas and apartment and office buildings, emphasizing the requirement for mandatory quarterly rat control. Pest management methods detailed in the scope encompass chemical treatments, biological sprayers, and preventive measures against pests such as the oak processionary moth and leaf miner moth, adhering to EU organic regulations. The document summarizes costs on a per-unit basis and presents a structure that categorizes treatments by pest type and location, contributing to a comprehensive pest control strategy aimed at preserving property integrity and compliance with health regulations. The RFP underscores the importance of professional pest management services and routine inspections to ensure effective pest eradication and prevention, ultimately promoting public health and environmental safety within the specified locales.
    The document outlines the certification requirements for contractors submitting proposals to the U.S. Department of State, specifically regarding compliance with federal anti-discrimination laws. Contractors must certify that they adhere to these laws and do not engage in programs promoting Diversity, Equity, and Inclusion (DEI) that violate such regulations. This certification is a critical factor in the government's payment decisions, underlining its importance under the False Claims Act. Contractors are instructed to complete the certification form by confirming their compliance status and providing necessary identification and signatures. The purpose of this certification process is to ensure that contractors are compliant with federal standards, thus safeguarding against discriminatory practices in federal contracting processes.
    Lifecycle
    Title
    Type
    Pest Control Services
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    US MiSSION VIENNA
    Buyer not available
    The Department of State is seeking proposals for the U.S. Mission Vienna's Local Guard Program, focusing on security guard and patrol services to ensure the safety of personnel and property at U.S. diplomatic missions in Austria. This procurement is critical for the Bureau of Diplomatic Security, which prioritizes the protection of individuals and information as part of its mission to support U.S. foreign policy objectives. Interested vendors must complete a Restricted Access Request (RAR) form to gain access to sensitive solicitation documents, with proposals due by December 19, 2025, at 11:59 PM EST. For further inquiries, vendors can contact Kerryn Finik at FinikK@state.gov or Paige Goeke at GoekePA@state.gov.
    Preventive Maintenance of a Residential Building Automation System in Hungary
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Budapest, Hungary, is seeking qualified contractors to provide preventive maintenance services for a residential building automation system. The objective of this procurement is to ensure the efficient operation of the building automation system through semi-annual maintenance, troubleshooting, and necessary adjustments to prevent system malfunctions and breakdowns. This contract will span one year, with the possibility of four additional one-year extensions, and is expected to commence no later than January 2026. Interested firms must demonstrate technical qualifications, possess the necessary local licenses, and have trained personnel, with proposals due to the Embassy's procurement office at budapestbids@state.gov.
    S207--Pest Control Management Services
    Buyer not available
    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.
    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.
    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.
    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 (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.
    Operation and Maintenance Services of US Embassies
    Buyer not available
    The Department of State is seeking to procure operation and maintenance services for U.S. embassies and consulates, specifically supporting the Bureau of East Asian and Pacific Affairs and the Bureau of European and Eurasian Affairs. The contract will provide essential clerical, information technology, professional, and maintenance support services at various U.S. diplomatic missions in Europe and Asia, including embassies in Moscow, Kyiv, and Beijing, among others. These services are crucial for ensuring the effective functioning of U.S. diplomatic operations abroad. Interested parties can contact Todd Paynter at payntermt@state.gov for further information regarding this opportunity.
    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.
    Janitorial Services
    Buyer not available
    The U.S. Department of State is soliciting offers for janitorial services at the U.S. Embassy in Reykjavik, Iceland, under contract number 191C7026Q0002. The procurement involves a firm fixed-price contract for a one-year base period with two additional one-year options, covering comprehensive cleaning services across Embassy facilities totaling 1,891 square meters. This contract is crucial for maintaining a clean and safe environment for embassy operations, and it includes specific requirements for personnel standards, insurance, and compliance with federal regulations. Interested vendors must submit their quotations electronically by January 5, 2026, with a site visit scheduled for December 12, 2025, and clarification requests due by December 15, 2025. For further inquiries, vendors can contact the Reykjavik Contracting Officer at reykjavikco@state.gov or by phone at 354-595-2200.