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.
The IMCOM Pest Control W9124C-26-Q-A001 Question & Answers #2 document addresses specific inquiries regarding pest control services. Key questions include the number and size of buildings requiring services, which are directed to Technical Exhibit 3 of the Performance Work Statement (PWS). Special service requirements for pests like bed bugs or fleas are covered in sections 1.1.1, 2.2.1.4, and 2.3.1 of the PWS. Notably, CMMC Level 2 is not required for this solicitation. The document serves to clarify essential details for potential bidders, referencing the PWS for comprehensive information.
This document, "IMCOM Pest Control W9124C-26-Q-A001 Question & Answers #4," clarifies various aspects of a pest control contract, likely a federal government Request for Proposal (RFP). It addresses key questions regarding workload data, specific pest control methods, and service types. The estimated workload data is yearly. Termite control involves both inspection and treatment, with annual inspections for structures listed in Technical Exhibit 3 and others as needed. Scheduled services are limited to pest inspections as per Exhibit 3, while unscheduled services encompass bird control, carcass disposal, and animal control. Space treatment is based on the contractor's assessment. The contract aligns with an Integrated Pest Management (IPM) Plan for Fort Jackson. This Q&A document is crucial for potential contractors to understand the scope and requirements of the pest control services sought by IMCOM.
The document, an addendum to the IMCOM Pest Control W9124C-26-Q-A001 RFP, clarifies the nature of pest control services. It distinguishes between scheduled and unscheduled visits outlined in Technical Exhibits 3 and 4, respectively. Scheduled visits are detailed in Technical Exhibit 3. Unscheduled visits, including carcass disposal, animal control, and bird control, are initiated through the Army Maintenance Application (ARMA) website. ARMA serves as a digital platform for soldiers, government housing residents, and Fort Jackson employees to submit and manage non-emergency maintenance requests for various services, including pest control.
The document, an excerpt from an IMCOM Pest Control Request for Proposal (RFP) W9124C-26-Q-A001, provides answers to two key questions from prospective bidders. It confirms that there is a current incumbent contractor performing the pest control services and identifies the existing contract number as W9124C-21-C-0003. This information is crucial for potential bidders to understand the existing operational context and the history of the services being procured.
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.
This government file, Wage Determination No. 2015-4429, Revision No. 30, outlines the minimum wage rates and fringe benefits for service contracts in Calhoun, Fairfield, Kershaw, Lexington, Richland, and Saluda Counties, South Carolina. It specifies wage rates for various occupations, from administrative support to technical and transportation roles. The document details the applicability of Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts based on their award and renewal dates in 2025, noting annual adjustments and specific enforcement exemptions. It also mandates health and welfare benefits ($5.55/hour or $5.09/hour with EO 13706), paid vacation (2-4 weeks based on service), and eleven paid holidays. Additional provisions cover paid sick leave under EO 13706, night and Sunday pay for certain occupations, hazardous duty differentials (4-8%), and uniform allowances. The document includes a conformance process for unlisted occupations, emphasizing the use of the Service Contract Act Directory of Occupations for classification.