KFO WEST VAULT TOLIET PUMPING
ID: 140L5725Q0040Type: Solicitation
AwardedJun 30, 2025
$65K$65,000
AwardeeROYAL FLUSH WASTEWATER MANAGEMENT LLC 189 N SR 24 Bicknell UT 84715 USA
Award #:140L5725P0039
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTUTAH STATE OFFICESALT LAKE CITY, UT, 84101, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for vault toilet pumping services at public recreation areas in Kane County, Utah, under solicitation number 140L5725Q0040. The contract requires the successful vendor to provide labor, equipment, and materials to pump and maintain up to thirteen vault toilets across seven recreational sites, ensuring compliance with federal and state regulations for waste management. This initiative is crucial for maintaining public health and safety in recreational areas, with services typically required twice annually. Interested small business vendors must submit their quotes by June 23, 2025, and ensure active registration in the System for Award Management (SAM). For further inquiries, contact Mark Renforth at mrenforth@blm.gov or by phone at 334-846-2890.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for vault toilet pumping and waste hauling services for the Kanab Field Office. The contractor is responsible for providing labor, equipment, and materials to pump and maintain up to 13 vault toilets across seven recreational areas. Services include removing sewage and debris, washing and disinfecting vault interiors, and ensuring proper disposal of waste material in compliance with federal and state regulations. Work will be on an as-needed basis, typically twice annually, though this may vary. All equipment must meet regulatory standards, and the contractor must maintain documentation of waste disposal for three years. The contractor is also tasked with protecting government property and reporting any damage or hazards encountered during service. Emergency response will be coordinated with authorized BLM personnel, ensuring that the contractor minimizes disruptions to public use of recreational sites. The contract's duration is on a year-to-year basis, with a five-year option for extension. Overall, this initiative highlights the government’s commitment to maintaining public health and safety in recreational areas through effective waste management practices.
    The document outlines the site map and relevant facilities related to restroom access within the Paria River District managed by the Bureau of Land Management's Kanab Field Office. It identifies various staging areas and restroom locations, marked for visitor convenience, including prominent sites like the Peek-A-Boo Staging Area and Nephi Pasture. The map also incorporates existing land management entities, highlighting state and federal jurisdictions. Notably, the Bureau of Land Management disclaims warranties regarding the accuracy and reliability of the provided data, indicating the map is primarily for general use rather than precise navigation. The document serves as an informational tool to assist visitors and stakeholders in understanding the managed areas and amenities available, crucial for enhancing visitor experience and promoting effective land use in conjunction with federal and state regulations.
    The document outlines a Request for Proposal (RFP) for the pumping services of vaulted toilets across various sites, including campgrounds and staging areas. Specifically, it details the location and estimated frequency of service required for different sites, with pumping scheduled twice annually for each location. The sites include Ponderosa Grove Campground, Elephant Cove Trailhead, Peek-a-Boo Staging Area, Crocodile Staging Area, Nephi Pasture Staging Area, and Tilted Mesa Area, totaling 26 vault toilet pumpings annually. The document contains sections for the pricing structure, including options for base years and multiple option years, although the pricing fields are left blank. The proposal emphasizes the importance of maintaining sanitation services in public spaces, aligning with federal and state regulations for cleanliness and safety in public restrooms. Overall, this RFP aims to secure a contract for obtaining comprehensive vault toilet pumping services in identified locations, ensuring hygiene and environmental compliance, which is vital for recreational areas and public safety.
    The "Register of Wage Determinations" from the U.S. Department of Labor outlines minimum wage requirements under the Service Contract Act for contracts awarded in certain Utah counties. It indicates that contracts effective or renewed from January 30, 2022, must pay at least $17.75 per hour, related to Executive Order 14026, while contracts between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour under Executive Order 13658. The document details wage rates for diverse occupations, including clerical, automotive, health, and technical roles, with specific rates for each job classification. It also specifies fringe benefits, paid sick leave provisions, and additional classifications requiring compliance through a conformance process. These regulations emphasize ensuring fair compensation and benefits for workers on federal contracts, encapsulating the government's commitment to worker protections and welfare under federal contracting guidelines. This determination serves as a reference for contractors and employers operating within the specified jurisdictions, providing clarity on wage obligations and employee rights as mandated by federal law.
    The Bureau of Land Management (BLM) is issuing a Request for Quotation (RFQ) for vault toilet pumping services at public recreation areas in Kane County, Utah. The contract seeks to secure a provider for the labor, equipment, and materials necessary for the pumping of up to thirteen vault toilets. The acquisition method follows simplified procedures under FAR Part 13, aiming for a single award based on the best value to the government. The RFQ, referenced as number 140L5725Q0040, requires quotes by June 23, 2025, and emphasizes participation from small businesses, with a set-aside for small business concerns. Respondents must meet various submission requirements, including providing past performance references from similar contracts. Evaluation criteria will focus on both past performance and pricing, with the expectation that quotes remain valid for a minimum of 60 days. Additionally, contractors must ensure active registration in the System for Award Management (SAM) and adhere to federal wage determinations. This effort reflects BLM's commitment to maintaining public resources while ensuring regulatory compliance and promoting small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    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.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    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.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    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.