Tonto National Forest – South Zone Toilet Pumping Services
ID: 127EAU26Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 4Albuquerque, NM, 871023498, USA

NAICS

Sewage Treatment Facilities (221320)

PSC

MAINTENANCE OF SEWAGE AND WASTE FACILITIES (Z1ND)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Forest Service is seeking a contractor for septic collection services in the Tonto National Forest's South Zone, encompassing the Cave Creek, Globe Basin, and Mesa Ranger Districts. The contract, running from September 30, 2025, to September 29, 2026, with four optional one-year extensions, requires the contractor to provide all labor, equipment, and permits for pumping, transporting, and disposing of septic refuse from vault toilets and holding tanks. Key responsibilities include thorough cleaning, disinfection, and debris removal, adhering to environmental regulations. The contractor must use outside vault access unless specified conditions apply and ensure proper disposal of waste off Forest Service land. Services are on an as-needed, flexible basis, Monday through Thursday, excluding federal holidays. The government will not provide any equipment, and the contractor is responsible for all travel costs.
    The Tonto National Forest, South Zone, Recreation department is seeking bids for a firm-fixed-price contract to provide vault toilet pumping services. The project, titled "Tonto NF South Zone Toilet Pumping," has an estimated quantity of 120 pumps per year. The contract includes a base year from September 30, 2025, to September 29, 2026, and four additional one-year option periods, extending the potential performance period through September 29, 2030. Each period of performance covers the funding for approximately 120 vault toilet pumps annually, with payments made in USD per unit. This RFP aims to secure consistent maintenance for the recreational facilities within the Tonto National Forest's South Zone.
    The USDA Forest Service, Southwestern Region, Tonto National Forest, has produced a series of geospatial maps titled "Tonto NF South Zone Toilet Pumping." These maps identify various locations within the Cave Creek Ranger District, Mesa Ranger District, and Globe Ranger District where toilet pumping services are likely required. Key locations include recreational areas like Horseshoe, Bartlett Flat, Needle Rock Picnic, Goldfield Water Uses Picnic, Butcher Jones Picnic, and Timber Camp. The maps provide geographical data, including coordinates (NAD 1983 UTM Zone 12N) and scales, with a reproduction date of July 18, 2025. The document emphasizes that the accuracy of the geospatial information may vary and advises against using these products for purposes other than their original intent to avoid inaccurate results. The Forest Service reserves the right to update or modify these GIS products without notification.
    This government Request for Proposal (RFP) (Solicitation Number 127EAU26Q0008) is for toilet pumping services in the Tonto National Forest South Zone. Issued by USDA-FS CSA SOUTHWEST 4, the solicitation is set aside for small businesses, with a NAICS code of 221320 and a size standard of $35 million. The offer due date is December 15, 2025, at 1700 PT. The base period for services is from January 9, 2026, to January 8, 2027, with four additional option years extending services through January 8, 2030. Invoices are to be submitted to the address shown in Block 18a. The solicitation incorporates FAR 52.212-1, 52.212-3, 52.212-4, and 52.212-5.
    This document is a combined synopsis/solicitation (Request for Quotation - RFQ) for commercial items, specifically for Sewage Treatment Facilities (NAICS code 221320). It outlines the requirements for submitting proposals, including an active entity registration in the System for Award Management (SAM), a price proposal in Excel format, and various representations and certifications (FAR 52.204-26, FAR 52.204-24, FAR 52.209-7, FAR 52.212-3, and Employment of Eligible Worker-Workforce Certification). Offers are due by December 15, 2025, at 1700 hrs PST via email to veronica.beck@usda.gov. The evaluation criteria include Price, Technical Acceptability, and Past Performance. The document also details numerous FAR clauses and provisions incorporated by reference and full text, covering areas like restrictions on telecommunications equipment, contractor responsibility, and labor standards.
    This government file, Wage Determination No.: 2015-5469, outlines the minimum wage rates and fringe benefits for service contract employees in Maricopa and Pinal Counties, Arizona, effective July 8, 2025. It details compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document specifies hourly rates for a wide range of occupations across various categories, including administrative, automotive, food service, health, IT, and maintenance. It also mandates benefits such as health and welfare, paid vacation (2-4 weeks), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers (night and Sunday pay), hazardous duty pay (4% or 8%), and uniform allowances. The conformance process for unlisted occupations is also detailed, ensuring fair compensation. This determination is crucial for contractors bidding on federal service contracts in the specified region.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    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 of the Siuslaw National Forest in Oregon. The contract, set aside for small businesses, encompasses a base year from January 1, 2026, to December 31, 2026, with two additional option years, primarily requiring services from April to October. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, ensuring compliance with all associated fees at a commercial treatment facility off National Forest Lands. Proposals must be submitted by December 15, 2025, at 1500 PT, and will be evaluated based on technical capability, past performance, and price. Interested parties can contact Jared D. Machgan at jared.machgan@usda.gov for further information.
    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, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract 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.
    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.
    Region 3 Fuels Management Follow-on IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 3, is seeking proposals for the Region 3 Fuels Management Follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing fuels treatment, wildfire hazard reduction, and related services across various national forests and grasslands in Arizona and New Mexico. The contract encompasses a range of activities including vegetation manipulation, burn unit preparation, and stand improvement, with a base period of one year and four optional one-year extensions. This initiative is critical for enhancing forest health and reducing wildfire risks, thereby supporting environmental conservation efforts. Interested small businesses must submit their proposals by December 5, 2025, and direct any inquiries to Contract Specialist Ma Estrellita Dasmarinas at SM.R3.FPO.FUELSMGTIDIQ@USDA.GOV by November 10, 2025.
    Southwestern Region Tree Planting IDIQ
    Buyer not available
    The Department of Agriculture, Forest Service is seeking proposals for the Southwestern Region Tree Planting Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing reforestation services across eleven National Forests in Arizona and New Mexico. This procurement, set aside 100% for small businesses, includes tasks such as tree transport, care, handling, planting, and animal damage control, with a focus on restoring lands affected by fire, insects, diseases, or timber harvests. The contract is significant for enhancing forest health and sustainability, with multiple firm-fixed-price awards anticipated over a five-year period, starting from January 5, 2026. Interested contractors must submit proposals electronically by December 5, 2025, and can direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or David Watson at david.l.watson@usda.gov.
    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.
    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.
    Coronado National Forest Prospectus for Campground and Related Granger-Thye Concessions "Rose Canyon Complex"
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting applications for a concession campground special use permit to operate and maintain government-owned recreation facilities in the Rose Canyon Complex of the Coronado National Forest in Tucson, Arizona. This opportunity includes the management of two campgrounds, two group sites, two group picnic sites, a day-use fishing site, and an amphitheater, with an average gross revenue of $458,196.78 generated over the past three years. The selected concessionaire will be responsible for adhering to Forest Service policies, including the use of Recreation.gov for reservations and compliance with accessibility standards, while also engaging in maintenance and improvement projects under the Granger-Thye Fee Offset Agreement. Interested applicants must submit a comprehensive application package by April 1, 2026, including a proposed operating plan and a minimum annual fee of $21,535.25, along with a processing fee of $300. For further inquiries, contact Adam Milnor at adam.milnor@usda.gov or call 520-388-8422.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.