PKA - Airfield Pesticide Spraying - McConnell AFB
ID: FA462125Q0004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4621 22 CONS PKMCCONNELL AFB, KS, 67221-3702, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide airfield pesticide services at McConnell Air Force Base in Parkerfield, Kansas. The contract, valued at approximately $17.5 million, requires the contractor to apply pesticides, specifically Bifenthrin, over an area of about 326 acres, adhering to strict safety and environmental regulations as outlined in the Performance Work Statement. This service is crucial for maintaining pest control on the airfield, ensuring compliance with federal, state, and local laws while promoting environmental safety. Interested parties should contact Scott Cragle at scott.cragle@us.af.mil or Cameron D. Collins at cameron.collins.2@us.af.mil for further details, with proposals due by the specified deadline.

    Files
    Title
    Posted
    The document outlines the Statement of Work for airfield insecticide spraying required by the federal government, specifically detailing the contractor's responsibilities and requirements. The contractor must spray a designated area of approximately 326 acres on the airfield using insecticides containing Bifenthrin, applied twice annually, adhering to specific schedules in late April or early May and early August. They are responsible for providing all necessary personnel, materials, and equipment while ensuring compliance with federal, state, and local laws. Contractor personnel must be adequately licensed, certified, and equipped with personal protective gear, and must undergo NCIC background checks for security clearance. The contract specifies timelines for work, necessitating operations during daylight hours, and emphasizes collaboration with McConnell Air Traffic Control during spraying activities. The document also establishes the government's provisions, such as providing water hydrants for mixing chemicals and communication radios for safety. The overall purpose is to ensure safe and effective pest control on the airfield while maintaining compliance with safety and regulatory standards.
    This document outlines the management and application of pesticides, specifically focusing on Bifenthrin (Tundra EC), for pest control at an airbase. The information addresses questions regarding existing contracts, types of pests targeted, application methods, and safety regulations. There is no current incumbent contract, and the pesticide targets various insects, including those harmful to crops, necessitating proper application on the airfield. The contractor must adhere to access protocols for vehicle use on grass fields and comply with application methods as there is no specified preference. Tundra EC is noted for primarily attacking various pest species while imposing strict guidelines for safe handling, including protective gear, environmental hazards, and correct disposal protocols. Additionally, the label details specific methods for application, monitoring of pest resistance, and includes extensive instructions on buffer zones required to safeguard aquatic habitats during pesticide deployment. This information is essential for ensuring effective pest management and compliance with rigorous environmental regulations, illustrating the government's commitment to environmental safeguarding and responsible pesticide use in agricultural practices and airfield operations.
    This government document pertains to a solicitation for commercial products and services specifically related to airfield pesticide services, issued by the United States Air Force. The requisition number FA462125Q0004 has a total award amount of $17,500,000, designed to support a multi-year contract with an initial performance period from June 1, 2025, to March 31, 2026, followed by several option periods extending to 2029. The service includes pesticide spraying in accordance with a Performance Work Statement dated December 16, 2024, mandating specific inspection and acceptance criteria. Key details of the solicitation include designated contacts for inquiries, a submission due date, and notes on proposal requirements for women-owned and economically disadvantaged businesses. The document also integrates various Federal Acquisition Regulations (FAR) relevant to contracting, payment instructions, and clauses concerning compliance with labor standards and environmental regulations. The purpose of this solicitation is to solicit competitive bids from eligible contractors, ensuring compliance with regulations, while promoting the inclusion of women-owned and small businesses within the bidding process. This aligns with federal priorities of supporting diverse business participation in government contracts.
    The document outlines an amendment to a government solicitation, extending the deadline for offers and detailing the acknowledgment requirements for the amendment's receipt. It specifies that any changes to previously submitted offers must be communicated before the updated deadline. Additionally, the amendment includes a reference to the Wage Determination 2015-5341 Rev 28 and updates to contract clause 52.212-5 concerning required compliance with various federal acquisition regulations. Specifically noted are clauses related to labor standards, contractor responsibilities, and provisions against contracting with certain prohibited entities. The document emphasizes compliance with new clauses on veterans' employment opportunities and sustainability measures, indicating a focus on small business inclusion and labor equity within federal contracts. This amendment serves as a formal update to ensure that all parties adhere to the latest regulatory standards and contract requirements in the ongoing procurement process.
    The document outlines Wage Determination No. 2015-5341 issued by the U.S. Department of Labor, specifying wage rates and fringe benefits required for contractors and subcontractors performing work under the Service Contract Act in specified Kansas counties. Key minimum wage rates include $17.75 per hour for contracts awarded after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document also details various job classifications, their corresponding wage rates, and fringe benefits, including health and welfare benefits and vacation time. Additional stipulations cover requirements for paid sick leave under Executive Order 13706, uniform allowances, and the conformance process for unlisted job classifications. The document is critical for entities engaged in federal contracts, ensuring compliance with wage and labor standards while detailing employee entitlements under applicable federal laws.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IMCOM Pest Control
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control 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 will span a base period from January 1, 2026, to December 31, 2026, with four optional one-year extensions. Interested parties should direct inquiries to Katharina Wagner or Tesia Polk and are required to attend a mandatory site visit on December 9, 2025, to better understand the contract requirements.
    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.
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.