68--GRCA WATER & WASTEWATER CHEMICALS PURCHASE
ID: 140P1525Q0104Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Other Basic Inorganic Chemical Manufacturing (325180)

PSC

CHEMICALS (6810)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to supply water and wastewater treatment chemicals for the Grand Canyon National Park. This procurement includes essential chemicals for treatment plants located at the South Rim, North Rim, and Phantom Ranch, as well as Roaring Springs, with specific requirements outlined in the attached specifications. The chemicals are critical for maintaining water quality and public health within the park, ensuring compliance with environmental standards. Interested contractors must submit their quotes by May 27, 2025, and direct any questions to Lindsay McLaughlin at lindsay_mclaughlin@nps.gov by May 15, 2025. This opportunity is a 100% Total Small Business Set-Aside, and the procurement will follow FAR Part 13 Simplified Acquisition Procedures.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a pricing list for water and wastewater treatment chemicals to be supplied to the Grand Canyon National Park by the National Park Service (NPS). It details the various chemicals required, including HB104C, SBS 28%, SBS 40%, Ascorbic Acid, Magnesium Hydroxide, and Gaseous Chlorine, specifying the unit of issue, quantity, unit price, and total cost for each item across seven separate line items for delivery between June to December 2025. Each line item is listed with a designated delivery date; however, the pricing remains marked as $0.00 throughout, indicating that either specific pricing has not been determined, or it is not applicable. The document serves as a formal proposal related to government Request for Proposals (RFPs) to fulfill the needs for chemical procurement necessary for the park's operations. This documentation is essential for transparency and compliance in government contracting processes, ensuring that necessary resources are provided for maintaining water quality and public health within the park.
    This document outlines Amendment 0001 to Solicitation No. 140P1525Q0104 issued by the National Park Service (NPS) for water and wastewater treatment chemicals for the Grand Canyon National Park. The amendment includes a revised price schedule with updated unit measurements and responses to questions from potential offerors. Key clarifications provided include information about the incumbent supplier, pricing references from previous contracts, and specific product requirements for chemicals, particularly magnesium hydroxide. This amendment requires prospective contractors to acknowledge receipt by specified methods before the due date, which remains unchanged. Additionally, the amendment seeks to ensure compliance with desired specifications to facilitate accurate pricing for the required chemical products. Overall, the document emphasizes the NPS's intent to update procurement strategies to reflect current needs while maintaining transparency and clear communication with potential suppliers.
    The document is a Request for Quotation (RFQ) from the National Park Service (NPS) for water and wastewater treatment chemicals specifically for the Grand Canyon National Park. This solicitation, identified as number 140P1525Q0104, is a 100% small business set-aside and requires quotes by May 27, 2025. Interested contractors must provide all necessary materials, labor, and equipment for the chemicals required at various treatment plants within the park. The RFQ outlines critical submission requirements, including the need for a Unique Entity Identifier (UEI), active registration in the System for Award Management (SAM), and completion of necessary representations and certifications. The contracting process will follow FAR Part 13 Simplified Acquisition Procedures, evaluating quotations based on price and technical capability. Contract awards will favor the lowest-priced technically acceptable offers, ensuring that contractors comply with various federal regulations throughout the contract's duration. As such, bidders must deliver comprehensive proposals, address potential queries by May 15, 2025, and ensure ongoing compliance with procurement standards. This procurement reflects the government’s commitment to maintaining essential public services through environmentally compliant practices at national parks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Sources Sought Notice for Caustic Soda Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of Caustic Soda 25% for use at the Washington Aqueduct's two water treatment plants, Dalecarlia WTP and McMillan WTP. The contractor will be responsible for furnishing Caustic Soda that meets ANSI/AWWA Standard B501 and is certified to comply with NSF/ANSI Standard 60. This chemical is critical for the water treatment process, ensuring the safety and quality of the water supplied to the community. Interested small businesses are encouraged to reach out to Neil Gonzalez at Neil.O.Gonzalez@usace.army.mil or call 410-962-0175 for further details, as this opportunity is set aside for total small business participation.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    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.