Termite Treatment & Fumigation Services
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 Regional Contracting Office Hawaii (RCO-HI), under the Department of the Army, is soliciting proposals for Termite Treatment & Fumigation Services for various buildings on US Army Hawaii installations on Oahu. This requirement is a Total Small Business Set-Aside for a single, firm fixed-price contract with one base year and four option years. Quotes are due June 8, 2026, at 12:00 PM Hawaii Standard Time (HST).
Scope of Work
The contractor shall provide all resources for comprehensive termite pest control and elimination services for both subterranean and dry-wood termites. This includes surveillance, identification, breeding site removal, pesticide applications, and other control actions. Specific services detailed in the Performance Work Statement (PWS) and Price Quote Summary include:
- Installation and baiting of subterranean termite colony elimination systems (e.g., Sentricon).
- Chemical ground treatment (using approved fipronil formulations).
- Tent fumigation for dry wood and subterranean termites. Services are required at multiple Army installations on Oahu, including Schofield Barracks, Wheeler Army Airfield, Fort Shafter, and Tripler Army Medical Center.
Contract Details
- Solicitation Number: W912CN-26-Q-A011
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: Base year from July 1, 2026, to June 30, 2027, with four option years extending through June 30, 2031, plus a potential 6-month extension.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561710 (Insect And Rodent Control Services)
- Size Standard: $17,500,000.00
Submission & Evaluation
Prospective vendors must submit a quote, completed and signed SF 1449 (including any amendments), termite treatment certifications/licenses, and a price quote summary spreadsheet. All submissions must be electronic. Evaluation will be based on:
- Technical Capability: Assessed on an acceptable/unacceptable basis, focusing on Personnel Qualifications and Certifications (valid State of Hawaii pest management licenses, EPA certifications, Armed Forces Pest Management Board certifications) and Technical Approach/Performance Capability (demonstrating ability to perform per PWS standards).
- Price: Evaluated for completeness, mathematical accuracy, and reasonableness.
Key Dates & Actions
- Site Visit: Scheduled for May 20, 2026, at Schofield Army Base and Wheeler Army Air Field. RSVP is required by May 18, 2026.
- Quote Due Date: June 8, 2026, at 12:00 PM Hawaii Standard Time (HST).
- Submission Email: melena.d.faxon.civ@army.mil
Important Notes
- Offerors must be registered in the System for Award Management (SAM).
- The solicitation incorporates FAR and DFARS clauses by reference. The most current Wage Determination (2015-5689, Rev. 28, dated March 30, 2026) for Honolulu, HI, is applicable.
- Required reporting includes monthly monitoring/inspection reports, bait application logs, pesticide usage reports (DD Form 1532/1532-1), and fumigation reports.
Contact Information
- Primary Contact: Melena D. Faxon (melena.d.faxon.civ@army.mil, 808-787-8823)
- Secondary Contact: Martin A. Celino (martin.a.celino.civ@army.mil, 808-787-8884)