F--Manure Removal Services-Washington D.C. Metro Area
ID: 140P2125Q0048Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Solid Waste Collection (562111)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

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

    The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide manure removal services for the United States Park Police's Horse Mounted Patrol Unit in the Washington D.C. Metro Area. The procurement aims to secure a firm-fixed-price contract that encompasses all labor and resources necessary for effective manure management at two operational stables, ensuring compliance with disposal regulations and maintaining sanitary conditions. This opportunity is particularly significant as it supports the operational efficiency of the equestrian unit while promoting small business participation in federal contracts. Interested vendors must submit their quotes electronically to Michelle Shoshone by 5:00 PM EST on March 24, 2025, and are encouraged to demonstrate their capabilities in meeting the requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service has issued a combined synopsis/solicitation, RFQ 140P2125Q0048, for a firm fixed-price contract to support the United States Park Police. This solicitation is exclusively set aside for small businesses, categorized under NAICS 562111, with a size standard of $47 million. The evaluation criteria will focus on past performance and price, evaluating offers by adding the total price of all options to the basic requirement. Quotes must be submitted by email to the contracting officer, Michelle Shoshone, by 5:00 PM EST on March 24, 2025. Offerors must be registered in the System for Award Management (SAM) and are required to include essential documentation, such as signed amendments and a pricing schedule. Compliance with various Federal Acquisition Regulation clauses is mandatory, emphasizing ethical practices, labor standards, and specific prohibitions against certain telecommunications equipment. The contract term may extend up to five years, with renewal options available. Overall, this solicitation aims to ensure a transparent and competitive process for small businesses to provide services to the National Park Service.
    The United States Park Police (USPP) is soliciting proposals for manure removal services for its Horse Mounted Patrol (HMP) Unit, which operates in the Greater Washington D.C. Metropolitan Area. The contract encompasses two operational stables, Edgewater and Central, currently housing between 20 to 25 horses. Contractors must manage all aspects of manure removal, including providing 20 cubic yard dumpsters for each stable, ensuring timely deliveries within three business days, and adhering to disposal regulations. This will be a Firm-Fixed Price contract with an initial term from April 16, 2025, to April 15, 2026, extendable for four additional years. The contractor is responsible for invoicing processes and maintaining compliance with necessary licenses for transportation and disposal. It is critical that drivers be familiar with federal road regulations. Overall, the RFP emphasizes the importance of effective waste management in maintaining sanitary conditions at the stables while ensuring operational efficiency for the USPP's equestrian unit.
    The document outlines a Request for Proposals (RFP) for manure removal services by the National Park Service (NPS) United States Park Police. It specifies that interested firms, referred to as Offerors, must demonstrate their capability to fulfill the described work according to outlined submission requirements. The award will be made for a Firm Fixed Price contract based on an evaluation that considers both past performance and price, with the aim of achieving the best overall value for the government. Award criteria include a comparative evaluation of offers, focusing on past performance assessments and price fairness. Offerors must provide relevant past performance data, including Contractor Performance Assessment Reporting System (CPARS) evaluations or Past Performance Questionnaires (PPQs). The past performance evaluation considers the recency, relevance, and quality of previous projects completed in the last five years. Price submissions must be comprehensive and clear, containing all associated costs. The Government will evaluate pricing for reasonableness but will not rate it against other proposals. The solicitation emphasizes that offers must be clear and complete, as the government may conduct evaluations without discussions, potentially resulting in rejection of incomplete offers. Overall, the document serves as a formal solicitation for specialized services to ensure effective contractual procurement processes within the federal government context.
    The document outlines the Pricing Schedule for Manure Removal Services at the Edgewater and Central Stables as part of a federal contract. The contractor is responsible for providing all necessary labor, supervision, management, tools, and equipment as specified in the Statement of Work (SOW). The pricing includes five years of service, starting from March 24, 2025, with the potential for contract extensions through options that extend until 2030. Each stable is estimated to require six dumpster removals monthly, totaling approximately 72 removals per year. Compensation will be based on actual deliveries made rather than estimated quantities. The total evaluated price for these services is currently recorded as $0.00, indicating that the pricing details may still need to be finalized. Overall, the document highlights the logistical and contractual framework needed to facilitate proper manure management in compliance with government standards.
    The document outlines the "Past Performance Questionnaire" designed for evaluating contractors involved in government contracts. It emphasizes the necessity of gathering performance data as a source selection tool while explicitly stating that responses should not imply endorsement of any contractor. The questionnaire includes adjective ratings ranging from Exceptional (E) to Unsatisfactory (U) to assess various performance attributes, such as quality, schedule compliance, customer satisfaction, management effectiveness, cost management, safety/security, and general performance. Clients are instructed to provide detailed evaluations for each category, ensuring a comprehensive assessment of the contractor's performance. This questionnaire serves as a vital component in federal RFPs (Request for Proposals) and grant applications, aiding in the selection process of capable contractors for future projects. Ultimately, it aims to maintain a high standard of performance through meticulous evaluation and feedback, reinforcing government accountability and project success.
    The document pertains to an amendment for a federal solicitation (140P2125Q0048) concerning contractual modifications. It outlines the requirements for contractors to acknowledge receipt of the amendment as specified in the solicitation. Offers must be submitted before a designated deadline, and any existing offers can be modified through electronic communication or formal letters that reference the solicitation and amendment. The amendment also specifies the period of performance for the contract, set from April 16, 2025, to April 15, 2026. Contracts are managed by the National Park Service and the amendment details the administrative adjustments made, including changes in appropriation data. Overall, this document serves to clarify the modifications to the bidding process and contract terms, ensuring compliance with federal regulations and maintaining contract integrity. The emphasis on acknowledgment and timely submission underscores the importance of organization and accountability in government procurement processes.
    The document is a combined synopsis/solicitation (RFQ 140P2125Q0048) from the National Park Service, aimed at acquiring commercial items to support the United States Park Police. It details the structure of the procurement process, including the evaluation of proposals based on past performance and price, with a total small business set aside under NAICS code 562111. Interested vendors must comply with specific submission guidelines, including registration with the System for Award Management (SAM). Quotes are due by 5:00 PM EST on March 24, 2025, and must follow outlined instructions to be considered. Key evaluation factors include technical capabilities and pricing, while contract terms incorporate various Federal Acquisition Regulation clauses governing compliance, payment, and subcontracting. The contract allows for options, with extensions up to 5 years based on performance needs. The solicitation emphasizes the government’s commitment to small businesses and adherence to legal requirements regarding labor, safety, and business ethics. Overall, this procurement aims to ensure effective service provision to the U.S. Park Police while facilitating small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    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.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway (GWMP). The procurement involves a Firm-Fixed-Price (FFP) contract with a one-year base period and four one-year option periods, totaling five years, aimed at ensuring the systems are free from errors and malfunctions while providing 24-hour monitoring. This contract is critical for maintaining safety and security across various facilities within the parkway, requiring NICET Level II certified technicians for fire alarms and state-licensed technicians for intrusion detection systems. Interested parties must submit their quotes by December 12, 2025, and direct any inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    R--National Capital Region Events Management MATOC
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to manage and plan events within the National Capital Area, including high-profile occasions such as the Cherry Blossom Festival and Independence Day Celebration. The contractor will be responsible for organizing both recurring events, like the National Symphony Orchestra concerts and the National Christmas Tree Lighting, as well as nonrecurring events that may arise throughout the year. This procurement is crucial for maintaining the cultural and community engagement that these events foster in the region. Interested small businesses are encouraged to reach out to Dianna Durbin at diannadurbin@nps.gov or call 202-619-739 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.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.
    Rock Creek Park Little House Leasing Opportunity
    Buyer not available
    The National Park Service (NPS) is offering a leasing opportunity for the "Little House" located at 3131 Nebraska Ave NW, Washington, D.C., within Rock Creek Park. The property, which is available for long-term lease for business or residential use, includes a three-bedroom home with essential amenities and is situated in a 100-year flood zone. The selected lessee will be responsible for all repairs, maintenance, and improvements to the property, with a minimum fair market rent set at $6,500 per month and a potential lease term of up to 60 years. Interested parties should note that the proposal submission deadline is January 26, 2026, and can contact Gary Shipley at NPSNCRLeasing@nps.gov or by phone at 202-619-6391 for further details.