Opportunity

SAM #W912CN-26-Q-A011

Army Hawaii Termite Treatment & Fumigation Services Solicitation

Buyer

0413 AQ HQ RCO-HI

Posted

May 07, 2026

Respond By

June 08, 2026

Identifier

W912CN-26-Q-A011

NAICS

561710

The U.S. Army Hawaii is seeking a contractor to provide comprehensive termite treatment and fumigation services across multiple Army installations on Oahu. - Government Buyer: - U.S. Army, Regional Contracting Office Hawaii (RCO-HI), Directorate of Contracting at Fort Shafter - U.S. Army Garrison Hawaii Directorate of Public Works - OEMs and Vendors: - No specific OEMs or vendors named; EPA-registered termiticides (e.g., Termidor) and fumigation gases (e.g., Vikane) are referenced - Products/Services Requested: - Installation and baiting of subterranean termite colony elimination systems for both soft and hard surfaces - 3,500 linear feet (soft surfaces), 500 linear feet (hard surfaces) per year - Baiting and monitoring of termite colony elimination systems - 3,500 linear feet per year - Chemical ground treatment using EPA-registered termiticides (e.g., Termidor) - 500 linear feet (soft surfaces), 500 linear feet (hard surfaces) per year - Tent fumigation for dry-wood and subterranean termites - 5,000 MCF (measured in 1,000 cubic feet) per year - Termite pest surveillance, identification, breeding site removal, and monthly monitoring reports - Unique/Notable Requirements: - Contractor must provide all management, tools, supplies, equipment, materials, labor, and transportation - Personnel must be licensed and certified per DoD and Hawaii state requirements - Use of EPA-registered termiticides and compliance with Hawaii state laws and EPA regulations for fumigation - Deliverables include certificates of completion, monthly monitoring reports, pesticide usage reports, and fumigation reading reports - Performance standards and reporting timelines are specified - Place of Performance: - Multiple Army installations on Oahu, including Schofield Barracks, Wheeler Army Airfield, Tripler Army Medical Center, East Range, Helemano Military Reservation, Aliamanu Military Reservation, Fort Shafter, Fort DeRussy, and Pililaau Army Recreation Center - Contract Structure: - Firm fixed-price contract with one base year and four option years; identical scope and quantities each year - 100% small business set-aside

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12 Acquisition of Commercial Products and Commercial Services.  This announcement constitutes this requirement’s only solicitation and a separate written solicitation will NOT be issued.  Quotes will be requested for this requirement. 

The Regional Contracting Office Hawaii (RCO-HI) has a termite treatment and fumigation service requirement (for subterranean and dry-wood termites) for various buildings on US Army Hawaii installations.  This requirement’s solicitation number is W912CN-26-Q-A011.  The contractor shall provide all resources necessary to complete this requirement on Oahu, Hawaii.  The solicitation will be a 100% small business set-aside.  The government intends to award a single, firm fixed priced contract with one (1) base year and four (4) option years.  This solicitation incorporates provisions and clauses by reference.  The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

Award will be conducted under the provisions of FAR Part 12 Acquisition of Commercial Products and Commercial Services, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS).  The prospective contractor must be registered in the System for Award Management (SAM), in order to be considered for award.  It is the prospective vendor’s responsibility to monitor this solicitation for the release of amendments (if any) or other information pertaining to the solicitation. 

Refer to the attached solicitation, technical exhibits, and spreadsheet.  Prospective vendors must complete the attached solicitation and spreadsheet.  Prospective vendors must submit a quote, completed and signed SF 1449 (including any amendments), termite treatment certifications/licenses, and price quote summary spreadsheet, in order to be considered a potential vendor.  Any questions can be addressed to Ms. Melena Faxon via E-mail at melena.d.faxon.civ@army.mil.

All completed quotes, Standard Form (SF) 1449 forms, narrative statements, and spreadsheets must be submitted to Melena Faxon via E-mail at melena.d.faxon.civ@army.mil on June 8, 2026 at 12:00 PM Hawaii Standard Time (HST). 

View original listing