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
    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.
    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.
    M0068126Q0004 Chemical Toilets RFQ
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Installations West at Camp Pendleton, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide chemical toilets and hand-washing stations, along with cleaning services, at various locations in Southern California, including Camp Pendleton, Fallbrook, San Diego, and Miramar. The contract requires the contractor to deliver, clean (twice weekly), restock, and remove waste from the facilities, with services to be performed in rugged, off-road environments necessitating all-terrain vehicles. Interested parties must submit their quotes via email by December 27, 2025, and ensure they are registered in SAM, with all required documentation completed, including past performance and pricing worksheets. For further inquiries, potential bidders can contact Nicholas Vonbargen at nicholas.vonbargen@usmc.mil or John Rutkowsky at john.rutkowsky@usmc.mil.
    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.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    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 guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    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.
    45--TOILET,MARINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of marine toilets, specifically NSN 4510015608927, with a total quantity of 14 units required for delivery. This solicitation is a Combined Synopsis/Solicitation and is set aside for HUBZone small businesses, emphasizing the importance of supporting local economies while fulfilling military needs. The marine toilets are critical components for naval vessels, ensuring proper sanitation and waste disposal in marine environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 167 days after the award date.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.