Saylorville Lake Septic Pumping
ID: W912EK25RA027Type: Solicitation
AwardedAug 5, 2025
$102.5K$102,525
AwardeeMBJSMART LLC King George VA 22485 USA
Award #:W912EK25PA011
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for septic pumping services at Saylorville Lake Recreational Areas in Iowa. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to pump vault toilets, holding tanks, and septic/lift stations within 48 hours of notification, seven days a week, while ensuring compliance with safety guidelines and proper waste disposal. This firm-fixed-price contract spans a base year from August 2025 to March 2026, with four additional option years through March 2030, and will be awarded based on the lowest overall price. Interested bidders must acknowledge receipt of the solicitation amendment, be registered in the System for Award Management (SAM), and submit a safety plan and insurance certificate. For further inquiries, contact Eric J. Gaul at eric.j.gaul@usace.army.mil or 309-794-5093.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is seeking bids for septic pumping services at Saylorville Lake Recreational Areas in Iowa. This Request for Quotation (RFQ) outlines a firm-fixed-price contract for a base year (August 2025 – March 2026) and four option years (through March 2030). Services include pumping vault toilets, holding tanks, and septic/lift stations within 48 hours of notification, seven days a week. Routine services are scheduled Monday-Friday (7 AM-4 PM) and Saturday-Sunday (7 AM-12 PM). The contractor must provide all necessary management, tools, equipment, and labor, ensuring compliance with OSHA, Corps of Engineers safety guidelines, and proper waste disposal. Bidders must be registered in the System for Award Management (SAM) and submit a safety plan and insurance certificate. The contract will be awarded based on the lowest overall price, with performance monitored through a Quality Assurance Surveillance Plan that includes inspections, self-reporting, and customer feedback. Penalties for non-compliance may include Contract Discrepancy Reports.
    This document is Amendment 0001 to Solicitation W912EK25RA027, issued by the US Army Corps of Engineers, Rock Island District. The purpose of this amendment, effective July 8, 2025, is to incorporate answers to questions from potential offerors regarding a new contract for Saylorville Lake. Key clarifications include confirmation that this is a new contract, not a renewal; the government will provide water; and the contractor is responsible for disposing of waste at a local wastewater treatment plant in accordance with state and county codes, as there is no designated disposal area at Saylorville Lake Recreation Areas. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are not rejected.
    The document outlines a Request for Quotation (RFQ) issued by the U.S. Army Corps of Engineers for septic pumping services at Saylorville Lake Recreational Areas in Iowa. The contractor must provide management, tools, equipment, and labor for septic pumping within 48 hours of notification, operating seven days a week. The period of performance spans from August 1, 2025, to March 14, 2030, with specified option periods. Bid proposals are required to include completed forms, contractor's information, and proof of registration in the System for Award Management (SAM). Pricing is outlined as a firm fixed price for different service levels, including various locations and types of facilities. The RFQ specifies compliance with safety regulations, including an approved safety plan and adherence to OSHA guidelines. Additionally, training on antiterrorism and security protocols is mandated for contractor personnel. The training ensures overall safety and compliance with the Department of Defense security measures for federal installations. This contract underscores the government's commitment to maintaining infrastructure while promoting safety and regulatory compliance.
    The document details an amendment related to a federal solicitation, specifically regarding a new contract for Saylorville Lake. It informs bidders that the submission deadline is potentially extended and requires acknowledgment of the amendment through specific methods. Key changes incorporated answers to questions posed about the solicitation, clarifying that this is a new contract rather than a renewal of an existing one, and confirms that the government will provide water for the project. Additionally, it notes that the contractor must manage waste disposal independently and ensure compliance with applicable state and county regulations. All other terms and conditions of the solicitation remain unchanged, reflecting standard federal procurement procedures. This summary serves the purpose of providing clarity and direction for contractors involved in the solicitation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    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.
    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.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Emergency Sewage Pumps
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for emergency sewage pumps to be utilized at Barksdale Air Force Base in Louisiana. This contract aims to acquire sewage treatment equipment, which is critical for maintaining sanitation and operational readiness in emergency situations. The procurement is justified under the need for reliable sewage management systems, ensuring the base can effectively respond to potential crises. Interested vendors can reach out to Marcus Olearnick at marcus.olearnick@us.af.mil or by phone at 318-456-2202, or contact MSgt Randy McGinnis at randy.mcginnis@us.af.mil or 318-456-1353 for further details.
    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.