IMCOM Pest Control
ID: W9124C-26-Q-A-001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for pest management services at Fort Jackson, SC, and Weston Lake Recreational Park. The contractor will manage public health, structural, and miscellaneous pests, including disease vectors, venomous arthropods, rodents, and stray animals. Services encompass indoor and outdoor pest control, emergency and non-emergency responses, and vegetation control. Key requirements include adherence to federal, state, and Army regulations, specific licenses and certifications for personnel, and approval for all pesticides used. The document details reporting procedures, safety protocols, antiterrorism training, and quality control measures, ensuring comprehensive and compliant pest management operations for the installation.
    The HQ AMC-Level Protest Program provides an Alternative Dispute Resolution forum for addressing procurement complaints within the Army Materiel Command (AMC). This program encourages interested parties to resolve concerns internally rather than filing protests with external bodies like the Government Accountability Office (GAO). Protests filed under this program result in the suspension of contract award or performance, similar to GAO protests, and AMC aims to resolve them within 20 working days. To be timely, protests must adhere to the periods specified in FAR 33.103 and explicitly request resolution under the AMC-Level Protest Program. Contact information for filing protests via mail, fax, or email is provided, along with a link to the detailed procedures online.
    This government file outlines instructions for submitting proposals for Solicitation Number W9124C26QA001, focusing on IMCOM Pest Control. Offerors must submit a signed SF 1449 electronically by the deadline. All inquiries should be directed to the Contract Specialist and Contracting Officer via email, with questions due two business days after the pre-proposal site visit. Proposals must be organized into four volumes: General, Technical Proposal, Price, and Past Performance, adhering to strict page limits and formatting guidelines (Arial, 12pt font). The General volume requires SF 1449, acknowledgment of amendments, representations, an executive summary, exceptions/assumptions, and contact information. The Technical Proposal should detail the approach to meeting PWS requirements for pest and termite control, timely reporting, and certified personnel. The Price Proposal must include unit and extended prices for all CLINs on SF1449, with a detailed pricing schedule. The Past Performance volume requires documented proof of relevant experience within the last three years. The government reserves the right to award based on initial proposals.
    The government will use a Lowest Price Technically Acceptable (LPTA) method to evaluate proposals and award a single Firm Fixed Priced (FFP) contract. Proposals will be assessed based on three factors: Technical, Price, and Past Performance. The Technical factor evaluates the offeror's capability to meet minimum requirements, including pest control standards and quality control, receiving an "Acceptable" or "Unacceptable" rating. The Price factor, which will not be scored, assesses fairness and reasonableness based on the total proposed price, including all CLINs, base, and option periods. Past Performance evaluates the offeror's likelihood of successful contract execution, with ratings of "Acceptable," "Unacceptable," or "Neutral." The government reserves the right to award without discussions and may reject proposals that are incomplete or demonstrate a misunderstanding of the requirements.
    This addendum to FAR 52.237-1 outlines the arrangements for a mandatory organized site visit related to a government contract. Offerors are required to inspect the site to understand conditions that may impact contract performance costs; failure to do so will not be grounds for a claim after contract award. The site visit is scheduled for Tuesday, December 9, 2025, at 10:00 a.m. EST at Mission Installation Contracting Command-Fort Jackson, Columbia, SC. Interested parties must send a written notification of attendance, including full name, driver’s license number/state, and DOB for all attendees, to Tesia L. Polk via email (tesia.l.polk.civ@army.mil) by Friday, December 5, 2025, at 10:00 a.m.
    This document outlines key clauses incorporated by reference into government contracts, focusing on federal procurement requirements. It includes provisions such as 52.232-18 for "Availability Of Funds" (APR 1984), ensuring that contracts are contingent on the availability of appropriated funds. Additionally, clause 52.223-2, "Affirmative Procurement of Biobased Products Under Service and Construction Contracts" (SEP 2013), mandates the preferential purchasing of biobased products in relevant contracts. Finally, clause 52.212-2, "Evaluation—Commercial Products and Commercial Services" (Nov 2021), details the criteria and process for evaluating commercial products and services in government solicitations. These clauses are fundamental for ensuring compliance with financial regulations, promoting sustainable procurement practices, and establishing fair evaluation standards within government contracting.
    Fort Jackson's Contractor Vetting Policy standardizes procedures for contractor employees requiring DoD Common Access Cards (CAC) or temporary badges. It mandates garrison, mission, and tenant government organizations to provide contract data to the Directorate of Emergency Services (DES) Vetting Office. Prime contractors are responsible for submitting badge requests, verifying employee Social Security numbers (with the Social Security Administration's web-based system being a recommended tool), and collecting/returning badges. The policy emphasizes compliance with the Immigration and Nationality Act regarding the unlawful employment of aliens, strongly recommending participation in the ICE Mutual Agreement between Government and Employers (IMAGE) Program to combat the employment of unauthorized individuals. Badges are issued for the contract duration (up to four years), must be displayed at all times, and non-compliance can lead to removal from the installation and adverse contract action.
    This government solicitation, W9124C26QA001, is a Women-Owned Small Business (WOSB) Request for Proposal (RFP) for post-wide pest control management support services at Fort Jackson, SC, for IMCOM DPW. The contract has an estimated total award amount of $17,500,000.00 and a NAICS code of 561710. It covers scheduled, unscheduled, and termite control services for a base period from January 1, 2026, to December 31, 2026, with four one-year option periods extending through December 31, 2030, for a total possible duration of 66 months. The document outlines detailed contract clauses, including FAR and DFARS regulations, specific payment instructions via Wide Area WorkFlow (WAWF), and provisions for small business utilization. Key attachments include a Wage Determination, Performance Work Statement (PWS), and evaluation criteria. The solicitation emphasizes compliance with various federal regulations related to business ethics, cybersecurity, labor standards, and environmental protection, with a focus on ensuring fair and reasonable pricing.
    Lifecycle
    Title
    Type
    IMCOM Pest Control
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    Jackson Hole Levee Vegetation Spraying
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
    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.
    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.
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.
    Roads & Grounds Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    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.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.