Waste Water Treatment Operator for the Monongahela NF Cheat-Potomac RD
ID: 12444325Q0006Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEMONONGAHELA NATIONAL FORESTELKINS, WV, 26241, USA

NAICS

Sewage Treatment Facilities (221320)

PSC

OPERATION OF SEWAGE AND WASTE FACILITIES (M1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Mar 26, 2025, 9:00 PM UTC
Description

The Department of Agriculture, specifically the Forest Service, is seeking a qualified contractor to serve as the Waste Water Treatment Operator for the Cheat-Potomac Ranger District in Petersburg, West Virginia. The contractor will be responsible for monitoring and testing the wastewater system, ensuring compliance with environmental regulations, and maintaining operational standards, with a contract period from April 1, 2025, to December 31, 2025. This procurement is critical for maintaining the integrity of the wastewater treatment facility, which plays a vital role in environmental management and compliance within the national forest. Interested parties must submit their proposals by January 29, 2025, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 3:05 PM UTC
The document outlines Amendment 0002 for the solicitation 12444325Q0006 regarding the Waste Water Treatment Operator contract at Cheat-Potomac Ranger District in Petersburg, West Virginia. The amendment includes important updates, such as a changed due date for offers from March 17, 2025, to March 24, 2025, and a revised period of performance from April 1, 2025, to December 31, 2025. The amendment also provides a Q&A regarding specific testing requirements for the wastewater system, including details on lab selection, testing responsibilities, and communication protocols with the Forest Service. The contractor is required to be a certified operator, perform regular site checks, maintain equipment, and conduct quarterly water sampling for laboratory analysis. This amendment reinforces compliance with environmental regulations and operational standards necessary for maintaining the wastewater treatment unit's permit while ensuring that contractors meet the Forest Service's operational requirements. Overall, it emphasizes the importance of meeting government standards for environmental management in federal projects.
Mar 24, 2025, 3:05 PM UTC
The document outlines an amendment to Solicitation Number 12444325Q0006 for the provision of Waste Water Treatment Operator services by the USDA in Petersburg, WV. The amendment updates the offer due date from March 24, 2025, to March 26, 2025, and includes a revised questions and answers document addressing contractor queries concerning testing requirements, working hours, and job site specifics. Key highlights of the contract indicate that the operational period runs from April 1, 2025, through December 31, 2025, emphasizing the need for a certified West Virginia operator and detailing qualifications for submitting technical and price proposals. The contracting process requires registrants on SAM, and emphasizes compliance with various FAR and AGAR clauses, promoting factors such as past performance and the experience of key personnel as evaluation criteria for award decisions. This streamlined amendment stabilizes operational obligations under federal guidelines, reinforcing transparency and accountability in contractual engagements.
Mar 24, 2025, 3:05 PM UTC
The document outlines a procurement plan for licensed wastewater treatment operator services and quarterly wastewater testing for the Cheat-Potomac Ranger District in Petersburg, covering the period from 2025 to 2029. The schedule consists of multiple items, identified by numbers, detailing the types of services needed, their payment units, and estimated quantities. Specifically, the plan includes a total of 11 monthly operator services for the base year and 12 for subsequent option years, along with four quarterly testing samples each year. The anticipated contract will be a firm fixed-price agreement, signaling the government's commitment to securing these essential services for effective wastewater management. Overall, the structure emphasizes a systematic approach towards adhering to regulatory requirements and maintaining environmental standards throughout the specified timeframe.
Feb 28, 2025, 5:06 PM UTC
The document outlines the duties required of a Waste Water Operator for the Cheat-Potomac Ranger Station in Petersburg, West Virginia, focusing on the Class S sewer system operations. The operator must provide all necessary tools and labor, and be certified for the appropriate plant class. Responsibilities include site visits twice a week, or weekly as needed, to monitor tank levels, ensure the proper operation of ultraviolet lights, and perform maintenance and bulb changes, with the Forest Service supplying replacement bulbs. Additionally, the operator is required to conduct quarterly water sampling for laboratory testing at the contractor's expense, preparing reports for the Forest Service. Effective communication with the district is essential to keep officials informed about the system's status. This document serves as a request for proposals (RFP) for qualified individuals or contractors to fulfill these operational needs, ensuring compliance with environmental standards and operational efficiency at the site.
Mar 24, 2025, 3:05 PM UTC
The file outlines the duties of a certified wastewater operator at the Cheat-Potomac Ranger Station in Petersburg, West Virginia. The operator must provide all necessary tools and labor to manage the Class S sewer system. Duties include visiting the site weekly to monitor tank levels, ensuring proper function of the ultraviolet light system—performing maintenance and replacing bulbs as needed, with bulbs supplied by the Forest Service. Quarterly, the operator is responsible for collecting and delivering a “grab” sample of water to a certified laboratory for testing, at their own expense. This includes analyzing parameters such as flow, biochemical oxygen demand (BOD), suspended solids, coliform, and pH levels. The operator is required to communicate regularly with the Forest Service to report on the system's operations. This document serves as part of an RFP for contracting services related to wastewater management, emphasizing compliance with environmental regulations and quality monitoring.
Mar 24, 2025, 3:05 PM UTC
The document appears to contain obscured or corrupted information, making it difficult to extract meaningful content related to government RFPs, grants, or local/state proposals. There are repeated patterns indicating structural breaks, with sporadic appearances of terms and phrases, but coherent topics or clear data are not discernible. Given the context surrounding federal projects, it likely pertains to the solicitation of proposals for services, funding opportunities, or contract bidding processes. However, due to the pervasive corruption and lack of clearly visible, structured information, creating an accurate summary of the content is unattainable. If the original data were available, the summary would typically include the purpose of the document, key focus areas such as funding eligibility, application procedures, and deadlines relevant to government contracting processes. As it stands, this document does not provide sufficient clarity or actionable insights to synthesize into a coherent summary.
The document outlines a "Past Performance & Experience Form" and a "Personnel Form" aimed at gathering information from offerors for government Requests for Proposals (RFPs) and grants. The Past Performance section requires offerors to detail projects completed within the last three years that are relevant to the solicited requirements, including project title, completion year, client agency or firm, contact details, and a brief description emphasizing scope, size, cost, and whether they served as a prime or sub-contractor. The Personnel Form requests the names, positions, experience, and relevant skills of personnel assigned to the project. The main purpose of these forms is to evaluate the qualifications and experience of bidders in relation to specific government projects, ensuring that only capable and knowledgeable offerors are considered for contracts. This documentation plays a critical role in the decision-making process for federal and state contracts, promoting accountability and expertise in government procurement. By delineating past performance and available personnel, the forms facilitate informed choices that align with government objectives and project demands.
Mar 24, 2025, 3:05 PM UTC
The document discusses the requirements and procedures for selecting laboratory services essential for compliance with environmental regulations relating to wastewater treatment in West Virginia. It emphasizes the importance of gathering precise information to effectively meet government specifications. The contractor is instructed to utilize approved labs, such as PACE Analytical Services, and to ensure that any lab selected aligns with the West Virginia Department of Environmental Protection's list of sanctioned companies. Testing results from the chosen lab must be reported to the contractor, who is responsible for payment and must subsequently provide a copy to the Forest Service. This enables the Forest Service to maintain proper documentation for quarterly reporting to comply with regulatory requirements. The overarching goal of these protocols is to ensure the proper operation and maintenance of wastewater treatment units, crucial for preserving the operational permit. The document aims to ensure effective communication and adherence to regulatory guidelines in this context of government contracting and environmental compliance.
The document outlines a Request for Proposal (RFP) for the operation of the wastewater treatment facility at the Cheat-Potomac Ranger District in Petersburg, West Virginia. The contract spans from February 1, 2025, to December 31, 2025, with four optional extensions covering subsequent years. The chosen contractor will be responsible for monitoring and testing the wastewater system and must have key personnel certified as a West Virginia operator for the relevant plant class. The RFP emphasizes a technical proposal that includes past performance and qualifications of key personnel, as well as a price proposal. Offerors must register with the System for Award Management (SAM) and adhere to several Federal Acquisition Regulations (FAR) outlined in the document. The government seeks to award the contract based on best value, considering both technical and price evaluation factors. Key operational details include the delivery timeline, solicitation number, and the requirement for proposals to be submitted by January 29, 2025. The solicitation includes various contract clauses to ensure compliance and ethical standards. This document reflects standard procedure for federal RFPs, focusing on transparency and fair competition in government contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
City of Paden City Wastewater Treatment Facility Improvement, Phase II - Section 219
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the improvement of the Paden City Wastewater Treatment Facility as part of Phase II under Section 219. The project entails upgrading the sludge dewatering system, which includes decommissioning existing sludge drying beds, installing a new belt filter press, constructing a dedicated building for the equipment, and enhancing the aeration system. This construction is vital for ensuring efficient wastewater treatment and compliance with environmental standards. The contract, valued between $1,000,000 and $5,000,000, will be awarded as a Firm-Fixed-Price (FFP) contract, with a completion timeline of 450 calendar days post Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at 412-395-7256 or via email at mario.dizdarevic@usace.army.mil.
Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.
GAOA Forest Wide Toilet Replacement and Installation
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for the GAOA Forest Wide Toilet Replacement and Installation project, aimed at upgrading restroom facilities across the Beaverhead-Deerlodge National Forest in Montana. This project involves the removal of outdated vault toilets, installation of new Aspen model toilets, and construction of accessible pathways, all while adhering to federal construction specifications and environmental safety standards. The initiative is part of a broader effort to enhance recreational facilities and public health within national forests, with an estimated contract value between $1 million and $5 million. Interested contractors must submit their proposals by May 21, 2025, with work expected to commence by June 1, 2025, and complete by November 1, 2027. For further inquiries, contact Paula Sales at paula.sales@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
GAOA Rexford Sewer & Water System Replacement
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the GAOA Rexford Sewer & Water System Replacement project located at the Rexford Bench Campground in Montana. The project entails significant improvements to the campground's water and sewer systems, including the installation of sewer lift stations, gravity systems, and water distribution lines, with a project magnitude estimated between $1 million and $5 million. This initiative is crucial for enhancing infrastructure that supports recreational facilities and ensures compliance with safety and environmental standards. Interested contractors must submit sealed bids by the specified deadline and are encouraged to attend a site visit scheduled for April 30, 2025, at 1:00 PM MST, with further inquiries directed to Brenda Simmons at brenda.simmons@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
F103--Water Management RO/DI System RFQ One Year Purchase Order Huntington VAMC 512-25-3-506-0016
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance for the Reverse Osmosis/Deionizing (RO/DI) System at the Huntington VA Medical Center in West Virginia. This one-year contract, beginning May 12, 2025, requires the vendor to supply all necessary parts, labor, and supervision to ensure the system operates effectively and prevents bacterial growth, which is critical for maintaining hygiene standards in sterile processing operations. Proposals must be submitted by May 2, 2025, at 12 PM Eastern Time, and the contract is set aside for small businesses, emphasizing the VA's commitment to operational readiness and compliance with health standards. Interested bidders can contact Contracting Officer William Chris Galletta at William.Galletta@va.gov for further details.
Wastewater Treatment, Norfolk Naval Shipyard, Portsmouth, VA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking sources for wastewater treatment services at the Norfolk Naval Shipyard in Portsmouth, VA. The procurement aims to address the treatment and disposal of nonhazardous wastewater, ensuring compliance with environmental standards and supporting the operational needs of the facility. This opportunity is critical for maintaining water quality and environmental protection in the region. Interested parties can reach out to Phylysha Cherry at phylysha.cherry@navy.mil or by phone at 757-341-1648 for further details regarding this sources sought notice.
Yellowstone NP Wastewater Groundwater Monitoring
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for groundwater monitoring services at Yellowstone National Park, specifically near its wastewater treatment plants. The project involves annual monitoring of groundwater and surface water at multiple sites, including Fishing Bridge, Grant Village, Old Faithful, and Madison, with a focus on assessing the impact of wastewater treatment on local water quality. This contract, set aside for small businesses, requires the contractor to monitor 58 well and surface water sites between August 1 and September 30, 2025, with a final report due by February 15, 2026. Interested vendors must submit their proposals, including project narratives and past performance examples, by the specified deadlines, and can direct inquiries to Molly Lynam at MollyLynam@nps.gov.
CON ENG Bearlodge Shop Sewer Repair
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
MBRTB-Yampa Ranger District- Trash Collection Services
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for trash collection services at the Yampa Ranger District within the Medicine Bow-Routt National Forest in Colorado. The contract, which is a single award, firm-fixed price agreement, requires the contractor to provide dumpsters, perform trash collection from designated campgrounds, and adhere to safety and environmental standards, including the use of bear-resistant dumpsters. This initiative is crucial for maintaining cleanliness and ecological integrity in public spaces, particularly in camping areas, and supports community engagement in responsible waste disposal practices. Interested contractors must submit their quotes, including a technical proposal, by following the guidelines outlined in the Request for Quotes documents, with the contract expected to commence on June 1, 2025, and run for a base year with four optional renewal years. For further inquiries, potential bidders can contact Curtis Landreth at curtis.r.landreth@usda.gov.
Little Rough Run and Cold Run Culvert Replacement
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the replacement of the Little Rough Run and Cold Run culverts within the Monongahela National Forest in West Virginia. This procurement involves a Firm Fixed Price contract that requires the contractor to provide all necessary labor, equipment, and materials to complete the culvert replacement work, including tasks such as installation of cofferdams, dewatering, and excavation. The project is significant for maintaining infrastructure and ensuring compliance with local, federal, and state regulations, with an anticipated contract value between $250,000 and $500,000. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the solicitation date, which is expected to be around April 28, 2025; inquiries can be directed to Paul Boucher at paul.boucher@usda.gov.