WAF Repair of Leith Run Campground Septic Lift Stations
ID: 12444324Q0073Type: Solicitation
Overview

Buyer

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

NAICS

Septic Tank and Related Services (562991)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service under the Wayne National Forest, is seeking qualified contractors for the repair of three septic lift stations at the Leith Run Campground in Ohio. The project involves the installation of new pumps, valves, and associated piping to ensure the functionality and compliance of the lift stations, which are critical for maintaining sanitation standards at the campground. This initiative is part of the government's commitment to maintaining public facilities and ensuring environmental stewardship, particularly in response to degradation and flooding issues. Interested contractors must submit their proposals by the specified deadlines, with the performance period set from September 30, 2024, to December 31, 2024. For further inquiries, potential bidders can contact Michael Simpson at michael.simpson@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation for a project titled "WAF Repair of Leith Run Campground Septic Lift Stations." This amendment (0002) extends the bid due date and updates the Statement of Work (SOW). The period of performance for the project is specified as September 30, 2024, to December 31, 2024. It outlines the procedures for acknowledgment of receipt of the amendment by contractors, detailing acceptable methods for submission, and emphasizes that failure to acknowledge receipt in time may lead to bid rejection. Additionally, the previous amendment (0001) was issued to post answers to vendor questions on SAM.gov. The document stresses the importance of timely communication regarding amendments to the solicitation, ensuring all terms remain in effect unless explicitly changed. This summary illustrates the procedural and administrative updates relevant to contractors interested in the solicitation, highlighting the importance of compliance and communication in government contracting.
    The project titled "WAF Repair of Leith Run Campground Septic Lift Stations" focuses on the necessary repairs for septic lift stations at Leith Run Campground, with a performance period that begins upon award and extends until December 31, 2024. The schedule outlines the main task of repairing three septic lift stations, with an unspecified cost per unit that will total once determined. The document requires signatures and identification for the contractor involved, indicating formal acceptance and acknowledgment of the project. This request for proposal (RFP) serves the dual purpose of addressing essential maintenance for environmental protection and ensuring compliance with sanitation standards at the campground, reflecting a commitment to maintaining public facilities. The structure includes specific details regarding the quantity and nature of work to be undertaken, underscoring the project’s importance in the context of federal and state/local grant applications aimed at improving infrastructure.
    The USDA is issuing a request for proposals aimed at repairing three septic lift stations at the Leith Run Campground on the Wayne National Forest, Ohio. The project's purpose is to ensure these stations are operational and meet code standards to support campground needs, particularly during peak visitation. The contractor is expected to manage all aspects of the project, including labor and materials while adhering to specified quality standards. The performance period runs from contract award until December 31, 2024, with deliverables that include a project plan and weekly status reports. The need for repairs stems from the natural degradation of equipment exacerbated by public usage, while previous flooding events in spring 2024 did not further damage the lift stations. The contractor must provide all necessary equipment and compliance with relevant safety regulations, maintaining a high standard of work. Additionally, the contractor is responsible for supervising their workforce and ensuring safety protocols are followed, including obtaining and managing safety data sheets for used materials. This procurement effort reflects the USDA's commitment to maintaining campground facilities effectively and safely.
    The USDA seeks to contract services for repairing three septic lift stations at the Leith Run Campground in Ohio. This project, necessitated by degradation over time and flooding in 2024, requires the installation of new pumps, valves, and associated piping. The contractor is tasked with providing all necessary personnel, labor, equipment, and materials while ensuring compliance with performance standards. The contract spans from award until December 31, 2024, and does not include a formal site visit, although interested vendors can contact the USDA representative for site access. The project emphasizes a performance-based approach, with defined objectives and regular progress reports required from the contractor. Key deliverables include a proposed project plan and weekly status reports. The government will provide specific property, including water and electricity, while the contractor must maintain high safety standards and environmental compliance. The successful contractor must supply qualified personnel, adhere to OSHA regulations, and manage worksites safely and effectively, demonstrating an ongoing commitment to quality and environmental impact reduction. This contract represents an initiative to maintain public facilities while ensuring environmental stewardship and safety compliance.
    The document appears to be a technical map or survey detailing specific locations, structures, and geographic features around the Ohio River Islands National Wildlife Refuge. It includes references to various wells, trails, and other landmarks within the area, using numerical identifiers and geographic coordinates. There are indications of natural features such as rivers and scenic routes, as well as manmade structures like golf courses and cemeteries. The numeric codes suggest measurements, likely to denote elevation or established benchmarks for mapping purposes. The purpose of this document aligns with federal grant and RFP efforts to manage and protect environmental and historical sites. By providing a detailed layout of the area, it supports the overarching government goals of preservation, environmental assessment, and the potential for infrastructure development, highlighting the significance of these natural spaces within government initiatives. This data would be valuable for stakeholders involved in conservation, project planning, and community development.
    The document outlines the requirements for a Past Performance & Experience Form and a Personnel Form to be submitted in response to a government RFP. The Past Performance section requires bidders to list relevant projects from the past three years, detailing the project title, completion year, project owner, and a brief description that includes the project's scope, size, cost, key elements, and the offeror's role (prime or sub-contractor). The Personnel Form necessitates the inclusion of assigned personnel names, their positions, years of experience, and relevant background or skills. These forms are essential for evaluating the offeror's qualifications and experience related to the contract. As part of the RFP process, this information allows the government to assess potential contractors' capabilities and prior performance, ultimately ensuring the selection of qualified vendors for funded projects at federal, state, or local levels. The document serves as a guideline for applicants to demonstrate their expertise and align their project history with the requirements set forth in the solicitation.
    The document outlines Wage Determination No. 2015-4765 for various occupations in Ohio, specifically Monroe, Morgan, Noble, and Washington counties, under the Service Contract Act. Last revised on July 22, 2024, it specifies that contractors must comply with minimum wage requirements established by Executive Orders 14026 and 13658. The minimum wage rate is $17.20 per hour for contracts initiated or renewed on or after January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates are specified in the determination. The document lists various occupations with corresponding hourly wage rates, fringe benefits, and other employment conditions, including health and welfare benefits. Additionally, it includes provisions for paid sick leave, uniform allowances, and a conformance request process for occupations not specifically listed. The document serves as a guide for federal contractors and ensures compliance with wage requirements, protecting workers' rights and promoting fair labor standards in government-related contracts. This information is crucial for contractors involved in federal RFPs and grants, enabling them to meet legal obligations and provide fair compensation to their workforce.
    The document pertains to the Leith Run CG Lift Station Repairs project, scheduled for service on August 27, 2024. It addresses inquiries regarding the servicing of only three out of four lift stations. The reason cited for this limited service is that the fourth station was recently repaired and is operating effectively. The document assures that the selected three lift stations will be clearly marked for attention, with onsite personnel available to oversee the repairs, ensuring that the correct facilities are addressed. This process indicates a methodical approach to maintenance in response to specific operational needs of the infrastructure. The file exemplifies common practices in government RFPs, focusing on targeted service interventions while ensuring operational efficiency and resource management.
    The document is a Request for Proposal (RFP) issued by the USDA Forest Service, focusing on the repair of septic lift stations at Leith Run Campground, Ohio. The primary objective is to ensure the lift stations are functional, up to code, and capable of serving the campground during peak visitation periods. The contract will be firm fixed-price, with a performance period from September 15, 2024, to December 31, 2024. Interested bidders must submit a technical proposal, a price proposal, and required certifications, ensuring all participation conditions, including current SAM registration, are met. Key evaluation criteria include past performance, relevant experience, and technical capability of personnel proposed for the project. The document specifies clauses related to contractor responsibilities, compliance with federal regulations, and conditions for payment. It also lists several attachments, including detailed specifications and location maps necessary for bidders to assess the project scope. The RFP highlights the government’s aim to obtain superior technical capabilities while remaining cost-effective, underscoring the importance of fulfilling regulatory and operational standards during the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UWC Fall 2024 Vault Toilet Pumping
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the pumping and maintenance of up to 32 vault toilets located within the Uinta-Wasatch-Cache National Forest in Utah. The contractor will be responsible for pumping, cleaning, disinfecting, and disposing of waste from both single and double vault toilets, each with a capacity of approximately 1,000 gallons, while ensuring compliance with environmental regulations and maintaining public access during operations. This initiative underscores the government's commitment to maintaining clean and accessible recreational facilities, promoting public health and safety in outdoor environments. Interested contractors must submit their proposals by September 24, 2024, to Paula Sales at paula.sales@usda.gov, with work expected to be completed by October 31, 2024.
    Pit Toilet Decommissioning - SERVICE
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Willamette National Forest, is seeking qualified contractors for the decommissioning of pit toilets as part of a federal contract opportunity. The project involves the decommissioning of four pit toilets, as outlined in Amendment No. 001, which also introduces an optional line item for the Clear Lake toilet and provides detailed instructions on waste management and construction nuances. This service is crucial for maintaining the natural resources and conservation efforts within the national forest. Interested contractors can reach out to Lorenzo R Montoya at lorenzo.montoya@usda.gov or call 503-658-9537 for further details and to ensure compliance with the submission requirements. The solicitation number for this opportunity is 1240BK24Q0130.
    Canjilon Campground Vault Toilet Install
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the installation of new vault toilet facilities at the Canjilon Lakes Campground in Carson National Forest, New Mexico. The project involves the removal of nine existing vault toilets and their replacement with pre-manufactured units, ensuring compliance with federal accessibility and environmental standards. This initiative is crucial for enhancing visitor amenities and maintaining the campground's operational integrity. Proposals are due electronically by September 16, 2024, with an estimated project value between $500,000 and $1,000,000, and interested contractors should contact Troy A. McCullough at troy.mccullough@usda.gov for further information.
    J--BPA Call for Vault and Septic Pumping Sequoia NF
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is issuing a special notice regarding a Blanket Purchase Agreement (BPA) Call for Vault and Septic Pumping Services at Sequoia National Forest. This procurement is intended for companies already approved and listed under the R5 Regional Vault and Septic Pumping Services BPA, and it aims to ensure the effective management of vault toilet pumping in the region. The services are critical for maintaining sanitation and environmental standards within the national forest, supporting both visitor safety and ecological health. Interested parties should note that this is not a solicitation, and for further inquiries, they can contact Danielle S. Kelly at danielle.dawson@usda.gov.
    Y--WY-JACKSON NFH-SEPTIC SYSTEM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the construction of a 2000-gallon, 3-stage concrete septic system at the Jackson National Fish Hatchery in Wyoming. The project aims to enhance waste management services for the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, in compliance with federal and local regulations. This initiative is critical for maintaining public health standards and supporting environmental preservation efforts at the hatchery site. Interested contractors must submit their proposals, including all required documentation, by September 19, 2024, at 5:00 PM EDT, and are encouraged to contact John Ferrall at johnferrall@fws.gov for further information.
    Supply & Install Vehicle Lift
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to supply and install a 30,000 lb., four-post vehicle lift at the Fremont-Winema National Forest Fleet Program facility in Lakeview, Oregon. This procurement aims to equip the newly relocated agency vehicle repair shop, which currently lacks this essential equipment, thereby enhancing the operational capabilities of the Forest Service fleet. The contractor must provide an ALI-certified lift that meets specific spatial constraints and handle all necessary permits and certifications, with a performance period from September 24, 2024, to December 31, 2024. Interested parties must submit their quotes and supporting documentation to the Contracting Officer, Chad Schmele, by 12:00 p.m. Pacific Time on September 23, 2024, via email at chad.schmele@usda.gov.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for a project to re-establish the ditch line in the Emergency Spillway at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for removing concrete gutters, establishing access roads, and ensuring compliance with all federal, state, and local regulations, with the project expected to be completed within 30 days following the Notice to Proceed. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000. Interested parties are encouraged to attend a mandatory site visit on September 9, 2024, at 9:00 AM ET, and should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for a construction project at William H. Harsha Lake in Batavia, Ohio, aimed at re-establishing the ditch line in the Emergency Spillway. Contractors are required to provide all necessary personnel, equipment, and materials to remove concrete gutters and ensure compliance with federal, state, and local regulations, with work expected to commence within ten days of the Notice to Proceed and conclude within thirty days. This project is critical for maintaining the integrity of the dam and ensuring proper drainage, with an estimated contract value between $100,000 and $250,000, exclusively set aside for small businesses under NAICS code 237990. Quotes are due by September 20, 2024, and interested parties should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further information.
    South Fork Bunk House Well
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the South Fork Bunkhouse Well project located in South Fork, Colorado. The project entails drilling a new potable water well, conducting water quality tests, and ensuring compliance with public water system regulations, with an estimated cost between $25,000 and $100,000. This initiative is crucial for maintaining a reliable water supply in the Rio Grande National Forest while adhering to state and federal regulations. Interested contractors must submit their proposals via email by September 20, 2024, and are encouraged to conduct a site visit prior to bidding; for further inquiries, they can contact Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.