Vault Toilet Pumping for the Marietta Unit of the Wayne National Forest
ID: 12444325Q0036Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEWAYNE NATIONAL FORESTNELSONVILLE, OH, 45764, USA

NAICS

Septic Tank and Related Services (562991)

PSC

OPERATION OF SEWAGE AND WASTE FACILITIES (M1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture, through the Forest Service, is seeking a contractor for vault toilet pumping services at the Marietta Unit of the Wayne National Forest in Ohio. The contract, which includes a base year and four option years, requires the contractor to manage the timely removal of waste from vault toilets, ensuring compliance with health regulations and maintaining cleanliness around service sites. This initiative is crucial for preserving sanitary conditions in recreational areas, thereby enhancing visitor comfort and supporting environmental stewardship. Interested contractors must submit their proposals electronically by June 10, 2025, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation number 12444325Q0036 concerning the WAF Vault Toilet Pumping project at Marietta Unit Recreation Sites. The amendment aims to resolicit the project with an updated Statement of Work (SOW) and includes a questions and answers document. The due date for offers has been extended from May 27, 2025, to June 10, 2025, with a deadline set at 5:00 PM EST. The base year for the contract will commence from the date of the award and extend to May 31, 2026. The amendment provides necessary instructions for acknowledgment and submission of offers and outlines the modifications made to the existing contract. Contractors are informed that failure to acknowledge receipt of the amendment may lead to rejection of their offers. The amendment retains all previous terms and conditions, ensuring that only specified updates are made effective. This document exemplifies the procedural updates often encountered in government contracting, ensuring clarity in timelines and compliance for potential bidders.
    This document provides instructions on preparing an Independent Government Estimate (IGE) related to the Wayne National Forest Vault Pumping Contract. It outlines various formats of the IGE based on project requirements: a stand-alone estimate for unique projects, options for recurrent needs, and task orders against existing contracts. The IGE must represent an independent estimate, not just a contractor's quote, and should detail assumptions used in creating it. The IGE serves to initially estimate procurement value and establish the appropriate solicitation thresholds. Later, it is compared to received offers to assess bidders' understanding of requirements and to ensure price validity. The document contains a detailed schedule of items and estimated quantities for toilet/vault installations at various sites within the Marietta Unit for the base year and subsequent option years from 2025 to 2030. Each item includes specifications such as tank capacities and estimated quantities necessary for the project across different periods. This comprehensive breakdown is critical for ensuring effective budget planning and contract management within government procurement processes.
    The USDA has issued a Statement of Work detailing a contract for vault toilet pumping services at the Marietta Unit of Wayne National Forest from June 1, 2025, to May 31, 2026, with four option years. The contractor will pump waste from specified vault toilets as requested by the Government Contracting Officer Representative (COR), utilizing the necessary equipment and adhering to federal and state regulations. Services include cleaning, disinfecting, and proper waste disposal, with a stipulated response time of 48 hours for routine requests and three hours for emergencies. The contractor must handle debris removal and ensure the integrity of the environment by using leak-proof containers for waste. All personnel must maintain professionalism, with conduct and operational standards enforced by the COR. The contract requires adherence to Section 508 standards and the use of biobased products where feasible. Deliverables include a status report after each service, documenting tasks performed. The document highlights the importance of compliance with health regulations and the overall responsibility of the contractor regarding waste disposal and site maintenance, reflecting the government's commitment to maintaining recreational areas safely and efficiently.
    The U.S. Department of Agriculture (USDA) requires a contractor for vault pumping services at various locations within the Wayne National Forest's Marietta Unit. The contractor will ensure the timely removal of waste from vault toilets, responding to service requests from the designated Contracting Officer Representative (COR). This contract spans from April 1, 2025, to December 31, 2029, with requirements that include the provision of all necessary equipment, supervision, and compliance with health regulations. Contractors must manage waste transportation and disposal while adhering to federal and state regulations. The contractor will also be responsible for maintaining cleanliness around the service sites and preventing interference with public use. Key deliverables include a report verifying completed tasks sent to the COR within 48 hours post-service. The document outlines technical specifications, procedures for pumping waste, equipment requirements, and contractor conduct standards. Regular inspections will be conducted to ensure adherence to these specifications, and the contractor must be prepared for both scheduled and emergency pumping requests. Waste disposal must align with environmental regulations and be approved by the COR, emphasizing the contract's focus on safety and regulatory compliance.
    The Quality Assurance Surveillance Plan (QASP) outlines the USDA's procedures for monitoring contractor performance for vault toilet pumping at Wayne National Forest. Its primary purpose is to ensure contractors meet performance standards as defined in the Performance Work Statement (PWS). The QASP details the roles and responsibilities of both contractors and government officials, including the Contracting Officer (CO) and Contracting Officer Representative (COR), to maintain quality control throughout the project. Key components include performance standards and Acceptable Quality Levels (AQLs), which establish acceptable thresholds for contractor performance. The QASP permits adjustments to surveillance intensity based on the consistency of contractor performance, emphasizing accountability for defects and required remedial actions. It outlines surveillance methods, including 100% inspection for critical tasks and documentation requirements for non-compliance and customer feedback. The plan also emphasizes the importance of continuous analysis of contractor performance, allowing for corrective measures when necessary. By providing a systematic approach for quality assurance, the QASP aims to ensure high standards and satisfactory service delivery within the contract's parameters, facilitating effective contract administration and monitoring.
    The document outlines the locations and specifications of toilets and dump stations within the Wayne National Forest, specifically in the Marietta Unit. It details various types of toilet facilities, such as vault toilets and holding tanks, across numerous sites including Lamping Homestead, Leith Run, and Kinderhook, among others. The text emphasizes the importance of maintaining sanitary conditions for recreational areas, facilitating visitor access and comfort in natural environments. Additionally, it includes a map delineating the placement of toilets, dump sites, hiking trails, and different types of roads, ensuring clear navigation and resource accessibility within the forest. This initiative aligns with federal and state efforts to support outdoor recreation and environmental stewardship, reflecting the government's commitment to both public amenities and conservation strategies.
    The document is characterized as a compromised or corrupted government file related to various Request for Proposals (RFPs) and grants at federal, state, and local levels. Due to the file’s illegibility, it is impossible to identify its main topic or extract specific key ideas or structured information. The corruption prevents any coherent analysis or extraction of supporting details typically found in RFP documentation, such as project objectives, funding requirements, or eligibility criteria for potential applicants. In a typical scenario, government RFPs and grants encompass critical information about project goals, budgeting, timelines, and guidelines for proposals. They contribute significantly to public infrastructure or services and often aim to engage private sector partners for funding and expertise. However, this specific file fails to convey any of that, underscoring the importance of document integrity in governmental communication. Overall, the file highlights the need for rigorous data management and maintenance practices to ensure vital government documentation remains accessible and intact for stakeholders intending to engage in governmental funding opportunities or initiatives.
    The PAST PERFORMANCE & EXPERIENCE FORM is a document required for federal and state/local Requests for Proposals (RFPs) and grants, aimed at collecting detailed information about an offeror's prior relevant experience. It instructs the offeror to list projects completed in the past three years that align with the current solicitation's requirements. Key details to include are the project title, completion year, project owner's name, point of contact information, and a concise project description outlining its scope, size, cost, principal elements, and the nature of the offeror's involvement (prime or subcontractor). This format facilitates the evaluation of a contractor's capabilities and past performance, providing essential insights into their experience and reliability for future projects. The emphasis on detailed project information underscores the importance of proven experience in securing government contracts.
    The document addresses inquiries related to a federal procurement process, indicating that there is currently no incumbent contractor for the required services. It confirms that there was no existing contract for the requirement in the previous year. It also clarifies that both contracts necessitate an in-person meeting, where the timing and location will be agreed upon by the contractor and the Contracting Officer Representative (COR). If a single contractor is awarded both contracts, efforts will be made to schedule the meetings concurrently. This document serves to inform potential bidders about the requirements and clarifies logistical considerations in the bidding process, ensuring that all parties understand the meeting arrangements essential for contract fulfillment.
    The document outlines a Request for Proposal (RFP) for a contract to provide vault toilet pumping services at the Marietta Unit of the Wayne National Forest in Ohio. The contract comprises a base year and four option years, with the performance period scheduled from June 1, 2025, to May 31, 2030. The RFP mandates that offers must be electronically submitted by May 27, 2025, including a technical proposal addressing past performance and relevant experience, a price proposal, and necessary representations and certifications. Key evaluation factors will include price and technical capabilities, particularly past performance. The solicitation incorporates various Federal Acquisition Regulations (FAR) clauses, ensuring compliance with government contracting standards, including clauses addressing labor standards and contractor qualifications. The contracting officer for this acquisition is Keith Reichard, who will handle inquiries. Additionally, bidders must confirm active registration in the System for Award Management (SAM) and comply with specific rules regarding telecommunications and equipment use. This RFP illustrates the government's commitment to maintaining environmental standards while ensuring that waste management services meet operational needs in public recreational areas.
    Lifecycle
    Similar Opportunities
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets to address health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, ensuring that the facilities meet modern standards. Interested contractors should note that the estimated project value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Lagoon Aeration
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.