PINN Portable Toilet Rental & Servicing
ID: 140P8425Q0020Type: Solicitation
AwardedApr 30, 2025
$24.2K$24,180
AwardeeInseitia Solutions LLC 978 BUCHANAN ST SAN FRANCISCO CA 94102 USA
Award #:140P8425P0019
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

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

    The National Park Service (NPS) is seeking quotations for the rental and servicing of portable toilets and wash stations at Pinnacles National Park in California. The procurement includes the provision of four standard toilets, seven ADA-compliant toilets, and three wash stations, with servicing required twice a week from May 1, 2025, to April 30, 2026. This initiative is crucial for maintaining sanitation and enhancing visitor experience at the park, ensuring compliance with health and safety standards. Interested small businesses must submit their quotations, including a completed Standard Form 1449 and relevant experience documentation, by April 15, 2025, and can direct inquiries to Jack Northcutt at Jack_Northcutt@nps.gov.

    Point(s) of Contact
    Northcutt, Jack
    Jack_Northcutt@nps.gov
    Files
    Title
    Posted
    The document is an RFQ for the rental and servicing of portable toilets and wash stations at Pinnacles National Park, identified as solicitation number 140P8425Q0020. It outlines the required quotation submissions from potential vendors, emphasizing that proposals must meet the specifications provided in the solicitation documents. The quote should include unit prices for various line items, specifically for standard portable toilet rentals, ADA-compliant toilet rentals, wash station rentals, and servicing costs per unit. Each line item has a designated unit of measure and demands a precise monthly rate for rental services. This RFQ reflects the government's efforts to procure essential sanitation services to enhance visitor experience and maintain cleanliness at the park. The document serves as a clear guide for vendors to provide competitive pricing while adhering to the specific needs outlined in the Statement of Work.
    The National Park Service (NPS) issued RFQ No. 140P8425Q0020 to procure rental and servicing of portable toilets and wash stations at Pinnacles National Park for the period from May 1, 2025, to April 30, 2026. The contractor is expected to provide four standard toilets, seven ADA-compliant toilets, and three wash stations, with service required twice a week. The portable toilets must have features like urinals, toilet paper dispensers, and sanitization, while wash stations must include water and soap supplies. Waste disposal must conform to local regulations. The document outlines specific requirements for servicing, including waste removal and cleaning of units, with provisions for repairs or replacements at no additional charge to the NPS. Service fees will be calculated per unit, and locations for installation are specified within the park's different areas. This RFQ aims to ensure adequate sanitation facilities for park visitors while maintaining compliance with health and safety standards.
    The document contains a wage determination under the Service Contract Act (SCA), issued by the U.S. Department of Labor's Wage and Hour Division. It specifies wage and fringe benefit standards for contractors performing work in California's San Benito County. Contracts initiated or renewed after January 30, 2022, require at least $17.75 per hour under Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, must pay $13.30 per hour unless otherwise stipulated. A detailed list of occupations and their corresponding wage rates is provided, alongside regulations regarding paid sick leave, health insurance contributions, vacation, and holidays mandated by various executive orders. Particular attention is given to fringe benefits, including health and welfare payments as well as vacation time based on length of service, reinforcing compliance with labor standards. The document serves as a critical reference for federal contractors to ensure proper wage compensation, worker protection, and adherence to existing labor laws when bidding or working on government contracts.
    The document outlines the provisions and representations required for the submission of offers in response to RFQ No. 140P8425Q0020, focusing on commercial products and services. It details the expectations for offerors regarding their qualification status, such as small business concerns, veteran-owned businesses, and women-owned businesses, along with the necessary certifications to comply with federal regulations. Key sections require offerors to disclose their representations related to telecommunications equipment, compliance with the Buy American Act, and federal security measures in the supply chain. Offerors must verify their compliance with laws preventing child labor and restrictions on operations in certain regions, particularly Sudan. Furthermore, the document emphasizes the importance of transparency and due diligence in operations, particularly concerning dealings with sensitive technologies and contractors involved in federal procurement. This RFQ aims to ensure that the offered services and products meet regulatory standards, promote small business participation, and maintain compliance within federal contracting frameworks.
    The document outlines the submission requirements for a Technical Information Form related to RFQ No. 140P8425Q0020 and RFQ No. 140P8420Q0120 for prospective offerors. It includes fields for essential business information such as name, contact details, Unique Entity Identifier (UEI), and whether a subcontractor will be used. If a subcontractor is involved, additional information must be provided, including a separate form for the subcontractor. Offerors are further required to list relevant past projects, detailing contract numbers, agencies, contact persons, funding amounts, performance periods, and a description of how these projects align with the current Solicitation’s requirements. This document serves as a crucial component of federal and state RFP processes, ensuring that submissions are structured and comprehensive for evaluating contractor qualifications for government contracts.
    The document outlines a Request for Quotation (RFQ) numbered 140P8425Q0020 for the rental and servicing of portable toilets and wash stations at Pinnacles National Park, managed by the National Park Service (NPS). This procurement is a Total Small Business Set-Aside, emphasizing the participation of small businesses in federal contracts. The RFQ specifies a delivery period from May 1, 2025, to April 30, 2026, with a submission due date prior to April 15, 2025. Key elements of the submission include: a completed Standard Form 1449, a quote/price sheet, a list of relevant experience, and references of previous work. The evaluation criteria focus on price, relevant experience, and past performance with similar contracts. The document also incorporates various federal acquisition regulations outlining contractor responsibilities, compliance with labor standards, prompts for electronic invoicing, and the necessity of SAM registration for quotations. Overall, this RFQ demonstrates the federal government's commitment to ensuring efficient service at national landmarks while encouraging small business involvement and adhering to strict regulatory guidelines for procurement processes.
    Lifecycle
    Similar Opportunities
    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.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    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.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    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.
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting 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 various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Portable Toilets - PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet services under RFQ FA441826Q00042, specifically for the PALMETTO REACH project at Saipan International Airport and Palau International Airport. The procurement requires the delivery and installation of four portable toilets and two handwashing stations at each airport, with services including twice-weekly cleaning and maintenance, all to be operational by January 14, 2026. This contract is a 100% Small Business Set-Aside, emphasizing the importance of providing essential sanitation services for the upcoming project, with a focus on compliance with safety and operational standards. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to SrA Levi Mowrey at levi.mowrey@us.af.mil or by phone at 843-963-5857.