Vault Toilet Pumping for the Athens Unit of the Wayne National Forest
ID: 12444325Q0035Type: Solicitation
Overview

Buyer

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

NAICS

Septic Tank and Related Services (562991)

PSC

OPERATION OF SEWAGE AND WASTE FACILITIES (M1ND)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the pumping of vault toilets at the Athens Unit of the Wayne National Forest in Ohio. This contract encompasses a base year of service from June 1, 2025, to May 31, 2026, with the option for four additional years, and aims to ensure high-quality sanitation services in recreational areas. The successful contractor will be responsible for waste disposal, site cleanliness, and compliance with federal regulations, with proposals due electronically by June 10, 2025. Interested parties should contact Keith Reichard at keith.reichard@usda.gov for further details regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to an amendment to the solicitation for the WAF Vault Toilet Pumping project at Athens Unit Recreation Sites, which includes a base year and four option years. The primary purpose of the amendment is to resolicit the project with an updated Statement of Work (SOW) and to provide a questions and answers document for prospective bidders. The key change involves the alteration of the bid due date from May 27, 2025, to June 10, 2025, and the period of performance adjusted to commence on June 1, 2025, and concluding on May 31, 2026. The amendment requires contractors to acknowledge receipt of the amendment through specified methods to avoid rejection of their offers. Overall, the document ensures clarity in the procurement process and aims to enhance competitive bidding by providing updated information to potential contractors. It represents a formal communication typical of federal government RFPs and is critical for maintaining transparency and compliance in federal contracting procedures.
    The document provides instructions for completing an Independent Government Estimate (IGE) required for federal contracting, specifically for the Wayne National Forest Vault Pumping Contract. It outlines three types of IGEs: Stand Alone IGE, Stand Alone IGE with options, and IDIQ for recurring or multi-year requirements. The IGE must serve as an independent estimate, reflecting an estimated procurement value and helping determine appropriate solicitation thresholds. Later, it assists in evaluating bids from contractors by comparing estimates against received prices. The document details the periods of performance for four option years from June 1, 2025, through May 31, 2030, specifying various sites within the Athens Unit requiring vault pumping, restrooms, and trailhead facilities. Each site’s estimated quantities and descriptions are listed, with a focus on maintaining consistent service across multiple years. Overall, the document serves as a guide for government personnel to prepare precise estimates for service contracts, ensuring clarity and compliance throughout the procurement process. It emphasizes the need for accurate planning and evaluation in government solicitation procedures.
    The statement of work by the USDA outlines a contract for vault toilet pumping services at the Athens Unit of the Wayne National Forest. The contractor will handle pumping, waste disposal, and cleaning of various vault toilets throughout the recreation season, responding to requests from the Government Contracting Officer Representative (COR). The contract period runs from June 1, 2025, to May 31, 2026, with options for four additional years. The contractor is responsible for transporting waste off Forest Service lands and ensuring compliance with State and Federal regulations. Key tasks include the removal of debris, the use of specific pumping equipment, and the maintenance of cleanliness around the sites. The contractor must also be on call for emergencies, with a response time of no more than three hours. The document provides detailed technical specifications for equipment and procedures, including waste management and the use of biobased products where feasible. The contractor must submit a By Order Status Report to the COR after each pumping operation. Overall, this RFP reflects the government’s commitment to maintaining sanitary facilities in recreational areas.
    The USDA's Statement of Work outlines the contract for pumping vault toilets at the Wayne National Forest, specifically the Athens Unit. The contractor will provide necessary equipment, labor, and supervision to manage waste disposal from multiple recreation site vault toilets. This service is dictated by the local Forest Service, with requests for pumping depending on usage. The contract period spans from April 1, 2025, to December 31, 2029, and requires the contractor to respond to service requests within 24 hours, with emergency scenarios requiring a response within 3 hours. Key responsibilities include transporting and disposing of waste in compliance with local and federal regulations, maintaining the cleanliness of the sites, and ensuring proper disinfecting procedures. Equipment specifications must meet federal standards and include a tank truck, pressure washer, and biological products approved by the COR. The contractor must also carry out preventative measures to minimize disruption to the public during operations. This document serves as the framework for the procurement process, emphasizing environmental compliance and responsive service in the management of recreational facilities.
    The Quality Assurance Surveillance Plan (QASP) for the Vault Toilet Pumping project at Wayne National Forest outlines systematic procedures to ensure contractor performance meets specified standards. It delineates the purpose of the QASP as a measure of performance, identifying roles and responsibilities, monitoring methodologies, and quality assurance reporting. Key performance standards and acceptable quality levels (AQLs) are established, emphasizing documentation of any non-performance and outlining required remedial actions. Responsibilities of both the contractor and the government are clearly articulated, with the Contracting Officer (CO) overseeing compliance and the Contracting Officer Representative (COR) ensuring effective implementation of the QASP. Surveillance methods, including random inspections and evaluations, are defined to assess contractor outputs. The document emphasizes maintaining high-quality service delivery while allowing for adjustments based on contractor performance trends. Overall, the QASP serves to uphold accountability and quality within federal contracts, ensuring that service outputs align with contractual obligations and are effectively monitored for compliance.
    The document is a fragmented and corrupted file that appears to contain information relevant to federal and state requests for proposals (RFPs) and grants. While the specific content is largely unreadable due to data corruption, the intended purpose seems to involve outlining requirements, procedures, and guidelines for entities looking to apply for federal and local funding opportunities. Key ideas seemingly include discussions around grant eligibility, application processes, and compliance with set standards for various projects. The overall structure appears to have sections that would typically enumerate criteria for applicants, deadlines for submissions, and legal stipulations that applicants must meet. In the context of government RFPs and grants, the document likely serves as a reference for non-profit organizations, contractors, or governmental entities seeking financial support for projects that align with federal and state initiatives. The emphasis seems to be on ensuring transparency, accountability, and adherence to regulatory standards in the allocation of public funds. This file would be critical for stakeholders aiming to understand the landscape of funding opportunities in their respective areas.
    The document outlines a federal and state/local proposal for government funding focused on enhancing environmental assessment and remediation projects. It emphasizes the importance of addressing hazardous materials, such as asbestos and lead-based paint, in existing structures prior to any renovation or construction efforts. The document stresses compliance with safety regulations and the necessity of thorough surveys to identify environmental risks, ensuring proper handling and abatement procedures are followed. The primary aim is to generate safe and sustainable environments that minimize health risks to the public and align with regulatory mandates. This initiative reflects a commitment to public health and safety, alongside environmental stewardship. The proposal further highlights the collaborative role of government agencies, private contractors, and environmental specialists in executing these critical assessments and remediation efforts. By detailing the expected outcomes and procedural requirements, the document serves as a strategic roadmap for stakeholders involved in managing hazardous materials within government-funded projects, ultimately fostering safer communities through improved infrastructure and environmental practices.
    The provided document consists of a corrupted government file, making it unreadable and virtually impossible to extract coherent information. However, the context suggests that it may relate to federal and state/local requests for proposals (RFPs) and grants. Typically, such documents are aimed at soliciting services or funding for various public sector projects. They outline requirements, evaluation criteria, and submission processes for agencies seeking proposals from contractors or interested parties. The loss of context, structure, and detailed information severely limits any analysis or summarization. Therefore, any insights drawn from the material remain speculative without access to intelligible content.
    The document outlines various aspects of federal and state/local RFPs (Request for Proposals) and grants, emphasizing the acquisition of funding for projects that meet specific governmental objectives. It details the importance of clear guidelines and criteria for applicants, outlining procedural elements for submitting proposals effectively. Key points include eligibility requirements, a structured timeline for proposal submissions, evaluation criteria, and reporting obligations for successful projects. The document serves as a framework for facilitating government-sponsored initiatives aimed at public benefit through funded projects in various sectors, ensuring alignment with national priorities. Overall, it underscores the government's commitment to transparent and equitable allocation of resources while fostering community development and addressing specific legislative goals.
    The document details the locations and types of toilets and dump stations within the Wayne National Forest, specifically for the Athens Ranger District, Athens Unit, in 2023. It provides a comprehensive list of various sites, including vault toilets, standard toilets, and specific recreation site amenities along with corresponding geographical markers. Included in the document are maps that illustrate the positioning of these facilities in relation to the surrounding roadways and trails, highlighting accessibility for visitors. The various types of facilities indicated, such as the SST (Simple Sanitary Toilet) and vault toilets, signify efforts to maintain cleanliness and sanitation in forested recreational areas. This information likely serves as part of a broader initiative for federal grants or Requests for Proposals (RFPs) to enhance visitor facilities in federal recreational areas, ensuring a safe and amenable environment for public enjoyment while complying with environmental standards. This initiative underscores the government's commitment to improving outdoor recreational services and vital infrastructure to support community access and environmental stewardship in Wayne National Forest.
    The document outlines a Past Performance & Experience Form, which is essential in the context of government Requests for Proposals (RFPs) and grants. The form is intended for contractors to list relevant projects completed in the last three years that meet the requirements of a specific solicitation. It requests detailed information including the project's title and location, the year it was completed, the project owner's name and contact information, and a brief description encompassing the project's scope, size, cost, key elements, special features, and the contractor's role (prime or subcontractor). This form serves to demonstrate an offeror's capability and experience, which are critical for assessing proposals in competitive bidding scenarios for federal or state/local government projects. It emphasizes the importance of showcasing relevant past work to establish credibility and reliability among respondents to government solicitations.
    This document addresses two queries related to an upcoming government contract opportunity. Firstly, it confirms that there is currently no incumbent contractor or prior contract associated with this requirement. Secondly, it states that details regarding water provision will be found in Attachment 2 of the updated statement of work. This suggests that potential bidders should refer to the specified attachment for comprehensive information regarding the provision of water, likely a critical component of the project's requirements. Overall, the document serves as a preliminary FAQ section that clarifies the status of the contract and directs bidders to additional resources for further information. This transparency is essential for facilitating a smooth bidding process within the framework of federal and local RFPs.
    The document outlines Solicitation Number 12444325Q0035, a Request for Proposal (RFP) from the USDA Forest Service for the pumping of vault toilets on the Athens Unit of the Wayne National Forest in Ohio. The contract covers a base year of service, from June 1, 2025, to May 31, 2026, with four additional option years. It requires interested contractors to submit a technical proposal, price proposal, and complete representations and certifications, all to be delivered electronically by May 27, 2025. The evaluation criteria focus on price and technical capabilities, emphasizing past performance and relevant experience. Compliance with various Federal Acquisition Regulation (FAR) clauses is mandated, addressing labor standards and the treatment of telecommunications equipment, among others. Additionally, the successful contractor will be required to maintain their registration in the System for Award Management (SAM). This RFP demonstrates the agency's commitment to ensuring high-quality sanitation services while adhering to federal procurement regulations and promoting small business participation.
    Lifecycle
    Similar Opportunities
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking 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 septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. 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 evaluations based on technical capability, past performance, and price.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets to address health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, ensuring that the facilities meet modern standards. Interested contractors should note that the estimated project value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    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--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    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.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.
    Lagoon Aeration
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing waste disposal, cleaning, and restocking supplies. This initiative is crucial for supporting the operational needs of the 36th Wing and surrounding areas, with call orders issued on an as-needed basis. Interested vendors must submit their quotes by December 10, 2025, and direct any inquiries to TSgt Steven Piper at steven.piper.5@us.af.mil or by phone at 671-689-0808.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.