Page 1 of Page 1 of Sources Sought Notice | Bed Bug Eradication Services for VA Facilities under Marion VAMC Marion VA Medical Center, 2401 West Main St., Marion, IL 62959-1188 This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described below. The Department of Veterans Affairs, Network Contracting Office (NCO) 15 located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide a base year Bed Bug Eradication Services for VA Facilities under Marion VAMC with the possibility of four (4) option years in support of the Marion VA Medical Center, 2401 West Main St., Marion, IL 62959-1188. The NAICS code for this service is 561710 (Exterminating and Pest Control Services), with a business size standard of $17.5 Million. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity Identification Number (UEI) (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) are being sought based on the Veterans Administration requirement with Public Law 109-461, Vets First Contracting Program. However, if response by SDVOSB or VOSB firms proves inadequate, an alternate set-aside or full and open competitive solicitation may result. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) located on the web at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veteran Small Business Certification (VetCert) Registry located at https://certifications.sba.gov/. All interested Offerors shall submit a Capabilities Statement and SAM UEI by e-mail referencing 36C25526Q0142_Bed Bug Eradication Services for VA Facilities under Marion VAMC_SS in the subject line to Aubrey.Visocsky@va.gov. All information submissions should be received no later than 11:00 pm Central on January 12, 2026. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. Performance Work Statement (PWS) Bed Bug Eradication Services for VA Facilities Marion VA Medical Center Marion, IL 62959 PURPOSE/OBJECTIVE: The contractor shall provide all supervision, management, laboratory testing, tools, supplies, equipment, transportation, licenses, certifications, reports and labor to provide eradication services for inspection and treatment of bed bugs only, at the 10 Community Based Outpatient Centers and the Evansville Indiana, VA Health Care Center, listed below on attachment A. These facilities total 11 each and fall under the Marion VA Medical Center, 2401 West Main Street, Marion, IL 62959. Inspection and/or treatment will occur on a needed basis, at a competitive firm, fixed price for each service/visit. The Contractor shall employ the latest technology to eradicate bed bug infestation applicable to medical care facilities. The implementation of this IPM service shall be done in a manner that ensures the health and general well-being of patients, staff, and visitors. Upon notice of required treatment, contractor shall be able to respond verbally for treatment verification within 4 (four) hours and provide inspection and/or treatment on corresponding location within 24 (twenty-four) hours. Reasonable exceptions will be made for cases such as adverse weather or restriction of access by the Medical Center that are beyond a contractor s direct control. CONTRACTOR STAFF/PERSONNEL QUALFICATIONS, EXPERIENCE, AND OTHER REQUIREMENTS: The following requirements/stipulations are mandatory for contractors/contractor personnel (i.e. Inspectors, Chemical Applicators, and/or Technicians). Contractor shall be appropriately licensed and permitted in the State of Illinois, Indiana and Kentucky to perform pest control services. (Only EPA and State of Illinois, Indiana and Kentucky Department of Agriculture approved pesticides, and equipment shall be used during the performance of services). The contractor and personnel assigned to this contract shall be certified, licensed, and permitted to use pesticides for each given State (to include having current knowledge and recent experience in the commercial application of pest control treatments and execution of pest control services). Basic proficiency in speaking and writing English. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. This includes but is not limited to wearing/displaying identification badges and identifiable uniforms which specifies the company they are working for. Contractor will ensure that employees assigned to this service contract have had a general background check. Employees that cannot meet security and clearance requirements shall not be allowed to perform work under this contract. It is the responsibility of the contractor to park in the appropriate designated parking areas while on site. Parking arrangements shall be coordinated between the government and contractor at the beginning of the performance period before work begins. (The medical facility/government will not/does not validate or make reimbursement for parking violations for contractor personnel under any circumstances). The Contractor shall provide current labels and Safety Data Sheets (MSDS/SDS) of all pesticides to be used and their application, along with equipment used to apply. Additional SDS shall be provided anytime a new pesticide is used or an updated SDS is provided to the Pest Control Operator. Certification document for each contractor personnel applying and/or treatment of pesticides. Certification updated as needed (i.e. new personnel, certification/license renewal, etc.). SITE SPECIFIC REQUIRMENTS (ADDITIONAL CONTRACTOR QUALIFICATIONS): Certification required for all applicators is Industrial, Institutional, Structural, and Health Related certificate acceptable to the Illinois, Indiana and Kentucky Department of Agriculture Bureau of Plant Industry. The vendor firm must hold a General Pest and Rodent Control License issue by the Illinois, Indiana and Kentucky Department of Agriculture Bureau of Plant Industry. Technicians used who are not certified will have the appropriate Technician's Card issued by the Illinois, Indiana and Kentucky Department of Agriculture Bureau of Plant Industry. Evidence of such card for technicians will be provided. Comply with the pest control operations for the State of Illinois, Indiana and Kentucky. The IPM plan shall comply will all applicable Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), state/local regulatory guidance on pesticide storage, disposal and applications, DoD 4150.7, DoD Pest Management Program, 22 April 1996, and AFPD 32-1053, Pest Management Program, 1 April 1999. SERVICE PERFORMANCE CONSTRAINTS: The Contractor shall observe all safety precautions throughout the performance of this contract. All work shall comply with the applicable requirements of Title 29 Code of Federal Regulations (CFR) 1910, 29 CFR 1926, and 40 CFR The Contractor shall provide pest control services that do not adversely affect patients and employee health or productivity during the regular hours of operation in buildings. All work shall comply with applicable Federal, State, and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. Adhere to the requirements for entering restricted areas. Contractor shall contact facility staff prior to going into these areas. The contractor shall determine the need for and provide any personal protective items required for the safe performance of work. Protective clothing, equipment, and devices shall, as a minimum, conform to United States (U.S.) Occupational Safety and Health Administration (OSHA) standards for the products being used. Contractor shall adhere to all isolation precaution requirements, when need arise to perform service in patient care areas. Contractor shall not store or mix pesticides on Veterans Administration (VA) property. WORK HOURS: Even though the service will be on an as-needed basis, work will still be performed within the operating hours of the facilities. Normal business hours for every location listed in attachment A are 8 AM to 4:30 PM. PERFORMANCE PERIOD: The expected Period of Performance for this contract is a base year (of 12 months) and (4), 12-month ordering periods. Ordering Period renewals may or may not be exercised (based on needs of and at the discretion of) the U.S. Government. The actual performance period shall be established at the time of contract award. TYPE OF CONTRACT: The Government contemplates the award of a Firm Fixed Price IDIQ for this requirement. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment, and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. SCOPE OF CONTRACT AND CONTRACT MODIFICATIONS: The final contract will stipulate the responsibilities of the contractor and/or the government. The contractor and the government are required to adhere to the scope of the finalized contract. Any and all modifications shall be initiated and approved by the contracting officer. The contractor shall not receive payment for any work/services/deliverables that are/were not specifically authorized under the contract (as written or as modified). INVOICES: Contractor shall submit invoices monthly for services performed under the contract during the month. Only one payment per month will be made for payment of services. Attachment A (PWS) Locations Evansville VA Health Care Center 6211 East Waterford Boulevard Evansville, IN 47715-2869 Main phone: 812-465-6202 Carbondale VA CBOC 1130 East Walnut St. Carbondale, IL 62901-5007 Main phone: 618-351-1031 Effingham VA CBOC 1011 Ford Avenue Effingham, IL 62401-1701 Main phone: 217-347-7600 Harrisburg VA CBOC 608 Rollie Moore Drive Harrisburg, IL 62946-2344 Main phone: 618-252-6150 Heartland Street Primary Care Clinic 3403 Heartland Street Marion, IL 62959-6393 Main phone: 618-993-7734, ext. 182001 Madisonville VA CBOC 99 Stagecoach Road Madisonville, KY 42431-8009 Main phone: 270-326-3600 Mayfield VA CBOC 1253 Paris Road, Suite A Mayfield, KY 42066-4989 Main phone: 270-247-2455 Mount Vernon VA CBOC 4000 South Water Tower Place Mount Vernon, IL 62864-2079 Main phone: 618-246-2910 Owensboro VA CBOC 2060 East Parrish Avenue Owensboro, KY 42303-1435 Main phone: 270-684-5034 Paducah VA CBOC 2620 Perkins Creek Drive Paducah, KY 42001-7494 Main phone: 270-444-8465 Vincennes VA CBOC 1813 Willow St., Suite 6A Vincennes, IN 47591-4205 Main phone: 812-882-0894