SAGUARO NATIONAL PARK (SAGU) REQUIRES TERMITE PEST
ID: 140P1525Q0058Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, 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 the Interior, through the National Park Service, is seeking qualified small businesses to provide termite pest control services at Saguaro National Park in Tucson, Arizona. The procurement involves a service contract structured as a base year plus four option years, with the performance period commencing on May 1, 2025, and concluding on April 30, 2026. This initiative is crucial for maintaining the park's ecological integrity and ensuring visitor safety by managing pest populations effectively. Interested contractors must submit their quotes by April 18, 2025, and can direct inquiries to Taylor Jones at Taylor_A_Jones@nps.gov or by phone at 520-780-9294.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior, specifically the National Park Service, has issued an amendment to Solicitation #140P1525Q0058, concerning termite pest control services at Saguaro National Park (SAGU). The amendment does not change existing dates and is issued by Contracting Officer Taylor Jones. The document outlines critical updates to clauses and provisions as per the Federal Acquisition Regulation (FAR), including representations and certifications related to commercial products and services, compliance requirements for small businesses, definitions concerning disadvantaged business classifications, and various certification and representation obligations for prospective offerors. Changes include the replacement of several FAR clauses with deviations and updates effective for 2025, covering topics such as sustainability, child labor, and the prohibition of certain telecommunications services. Offerors are instructed to ensure compliance with these requirements, specifically regarding representations in the System for Award Management (SAM). The document emphasizes the importance of accurate and up-to-date representations for bidding on federal contracts, as well as the incorporation of clauses demanding adherence to various employment and sourcing standards. Overall, this amendment proposes a notable adjustment to the existing solicitation, aimed at ensuring compliance with updated federal contracting requirements while facilitating fair competition among small and disadvantaged businesses.
    The United States Department of the Interior, through the National Park Service, issued Amendment #0002 for Solicitation #140P1525Q0058, focused on termite and pest control services for the Saguaro National Park. Key inquiries from potential contractors were addressed, including the prohibition of drilling into concrete for bait stations and the status of previous termite activity around maintenance buildings. Notably, it was confirmed that no bait stations from the prior contractor are to be removed, disposed of, or used by the new contractor. Overall, termite activity has been low in recent years, with no recorded issues in specified areas over the past three years. This amendment ensures clarity in the scope of work and contractor expectations while maintaining continuity in pest management operations at the park.
    The document serves as an amendment for federal solicitation number 140P1525Q0058, pertaining to the provision of termite pest control services at Saguaro National Park, Arizona. The amendment outlines important instructions for contractors regarding the acknowledgment of this amendment in their offers. The solicitation is modified to reflect necessary updates in accordance with Department of the Interior policies concerning recent executive orders. The services are required for a base period starting from May 1, 2025, to April 30, 2026, with an option for four additional years. Contractors are required to acknowledge receipt of the amendment via designated methods to ensure their offers are considered valid. The amendment also specifies the need for all proposals to refer to the solicitation and amendment numbers, highlighting the importance of compliance to avoid rejection. The document emphasizes adherence to the Federal Acquisition Regulation (FAR) during the procurement process, ensuring clarity and transparency in federal contracting practices. This amendment plays a critical role in maintaining updated contract provisions that align with federal regulations while serving the operational needs of national parks.
    The document pertains to an amendment of a solicitation related to pest control services at Saguaro National Park. Specifically, it details Amendment #2 for contract ID 140P1525Q0058, which provides government responses to inquiries about the solicitation. The amendment outlines instructions for acknowledging receipt and submitting offers but emphasizes the importance of timely acknowledgment to avoid rejection of submissions. The pest control service required is for termite management, structured as a base contract plus four option years, with a performance period extending from May 1, 2025, to April 30, 2026. The document underscores provisions for modifications in contracts, ensuring administrative changes are documented and communicated effectively, and maintaining all terms unchanged unless specified otherwise. Overall, it highlights the procedural framework essential for the bidding process in government contracts.
    The document outlines a Request for Quote (RFQ) for termite pest control services at Saguaro National Park, Tucson, Arizona, identified by solicitation number 140P1525Q0058. The RFQ, issued by the National Park Service, requires interested small businesses to submit quotes by April 18, 2025. The contract period covers a base year from May 1, 2025, to April 30, 2026, with four optional years. Contractors must furnish all necessary labor, materials, and equipment as per the attached scope of work. Key requirements include maintaining an active registration in the System for Award Management (SAM) and obtaining a Unique Entity Identifier (UEI). Offers must demonstrate technical capability, prior relevant experience, and adhere to extensive provisions regarding telecommunications and labor standards. In evaluating bids, price, technical capability, and prior experience will be the determining factors for contract award. The document emphasizes compliance with federal regulations, prompting potential contractors to be well-acquainted with the specifics of the RFQ, including the obligations of participation and submission timelines. This solicitation reflects the government’s initiative towards contracting local small businesses while ensuring adherence to environmental and safety standards in pest control services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    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.
    Pest Management Services USAG Wiesbaden
    Dept Of Defense
    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.
    Coronado National Forest Prospectus for Campground and Related Granger-Thye Concessions "Rose Canyon Complex"
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting applications for a concession campground special use permit to operate and maintain government-owned recreation facilities in the Rose Canyon Complex of the Coronado National Forest in Tucson, Arizona. This opportunity includes the management of two campgrounds, two group sites, two group picnic sites, a day-use fishing site, and an amphitheater, with an average gross revenue of $458,196.78 generated over the past three years. The selected concessionaire will be responsible for adhering to Forest Service policies, including the use of Recreation.gov for reservations and compliance with accessibility standards, while also engaging in maintenance and improvement projects under the Granger-Thye Fee Offset Agreement. Interested applicants must submit a comprehensive application package by April 1, 2026, including a proposed operating plan and a minimum annual fee of $21,535.25, along with a processing fee of $300. For further inquiries, contact Adam Milnor at adam.milnor@usda.gov or call 520-388-8422.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Combined Pest Control
    Homeland Security, Department Of
    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.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.