Pest Control- Joint Base MDL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for Pest Control Services at Joint Base McGuire-Dix-Lakehurst (JBMDL), NJ. This 100% Total Small Business Set-Aside aims to secure comprehensive pest management to ensure the health and well-being of installation personnel and effectively control pests. Proposals are due March 13, 2026, at 10:00 AM EST.
Scope of Work
The requirement covers comprehensive pest control services for the Dix and Lakehurst areas of JBMDL, adhering to a government-provided Integrated Pest Management (IPM) plan. Services include general pest control (insects, rodents, birds, bats, snakes), mosquitoes, stinging insects, termites, wood-destroying insects, animal control (trapping and removal), animal waste cleanup, hanta virus services, and weed control. Specific services include monthly inspections of food and childcare facilities, and emergency services with defined response times. Contractor employees must possess valid New Jersey pesticide applicator certifications.
Contract Details
This will be a Firm-Fixed-Price (FFP) Requirements contract with a Base Period from October 1, 2026, to September 30, 2027, followed by four Option Years and a potential six-month extension, extending the full potential period to March 30, 2032. The NAICS code is 561710 (Exterminating and Pest Control Services) with a size standard of $17.5 million. The incumbent contractor is KLEARJET INC. (FA448422D0003). The services are designated as mission-essential functions, requiring continuous performance under all circumstances.
Submission & Evaluation
Proposals must be submitted electronically in two parts: a Price Proposal and Past Performance Information. Submissions are due via email to mary.saunders.3@us.af.mil and wanda.wilson.1@us.af.mil. Evaluation will prioritize Past Performance, which is significantly more important than Price, under a best value trade-off process. Offerors should provide pricing for three tiers based on facility square footage: under 5,000 sq ft, 5,001 to 10,000 sq ft, and over 10,000 sq ft. The government intends to award without discussions but reserves the right to conduct them.
Key Attachments & Amendments
Amendment 0002 (March 11, 2026) updated the Past Performance Questionnaire (J-11). Amendment 0001 (February 26, 2026) added the Questions and Answers (J-14) and the Mission Essential Letter (J-15), and updated provisions/clauses, including DFARS requirements for essential contractor services plans. Other critical documents include the Performance Work Statement (J-7), Quality Assurance Surveillance Plan (J-6), Wage Determinations for Burlington and Ocean Counties (J-8, J-9), and various Antiterrorism/Security guides (J-1, J-3, J-4, J-5) outlining access and security requirements for JBMDL. Bidders must also account for employee medical care costs as outlined in J-2.