Toilet Pumping for London Ranger District
ID: 12443925Q0006Type: Combined Synopsis/Solicitation
AwardedApr 1, 2025
$97.4K$97,400
AwardeeVAUGHNS SEPTIC CLEANING Annville KY 40402 USA
Award #:12443925P0012
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 1Atlanta, GA, 303092449, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide toilet pumping services for the London Ranger District in Kentucky. The contract encompasses the maintenance of vault toilets across various sites, ensuring compliance with environmental and public health standards, with a performance period spanning from April 1, 2025, to March 31, 2030, including options for four additional years. This initiative is crucial for maintaining sanitation facilities in public recreational areas, reflecting the government's commitment to effective waste management and environmental integrity. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Molly Sikkink at molly.sikkink@usda.gov.

    Point(s) of Contact
    Molly Sikkink (Administrative POC)
    molly.sikkink@usda.gov
    Files
    Title
    Posted
    The document outlines regulations surrounding minimum wage, sick leave, and employee rights under various Executive Orders and acts that govern federal contracts, specifically Executive Order 14026 and Executive Order 13706. Under EO 14026, federal contractors must pay a minimum wage of $15 per hour starting January 30, 2022, increasing to $17.75 per hour from January 1, 2025, with tipped employees to receive the same minimum wage without tip credits. Exemptions exist for workers connected to covered contracts for less than 20% of their weekly hours. EO 13706 mandates provision of paid sick leave, allowing employees to earn up to 56 hours annually for their own or family health needs, with employers required to inform employees of their leave balances. The document emphasizes that the Wage and Hour Division (WHD) of the Department of Labor is responsible for enforcement, offering free and confidential services to enforce compliance. The overarching purpose is to ensure federal contractors uphold fair labor standards in relation to wage, sick leave, and workplace safety, providing support for employees and mechanisms for reporting violations, thereby fostering equitable labor practices across federal contracts.
    The document is a Request for Quotations (RFQ) from the USDA Forest Service, specifically regarding toilet pumping services for the London Ranger District in Kentucky. The RFQ outlines the need for housekeeping facilities operations support, including the pumping, cleanup, and disposal of waste from toilets within national forest areas. The contract period runs from April 1, 2025, to March 31, 2030, with several option years for potential extension. Key elements include the requirement for interested vendors to submit technical and price proposals, along with certifications and representations about their qualifications and past performance. The evaluation criteria prioritize past performance, technical capability, and cost-effectiveness. Additionally, eligibility is restricted to small businesses, as indicated by the specified NAICS code. The document insists on adherence to multiple federal regulations, including the prohibition of contracting for certain telecommunications equipment. Moreover, vendors must register with the System for Award Management (SAM) to procure a bid successfully. This RFQ emphasizes the government's commitment to safety, compliance with environmental regulations, and the integration of small businesses into its contracting processes.
    The document is a Request for Quotation (RFQ) issued by the USDA Forest Service for toilet pumping services at the London Ranger District in Kentucky. The RFQ includes details such as the project description, periods of performance spanning from April 1, 2025, to March 31, 2030, and categorized service requirements, specifically for Category I (Single Vault) toilets and Category II (Bee Rock Pulaski Host Site). Small businesses are the focus of this procurement, with a NAICS code of 562991, and an estimated total value for various phases across five years. Offerors are required to submit technical and price proposals, emphasizing their past performance, technical capability, and qualifications. The evaluation will heavily consider past performance and technical capability to ensure compliant service delivery. Key provisions and clauses, including compliance with federal labor standards, representations about telecommunications equipment, and requirements for contractor certifications, are incorporated into the RFQ. This initiative reflects the government’s commitment to maintaining sanitary conditions in public facilities while ensuring compliance with various environmental and labor regulations.
    This document outlines the principal provisions and requirements of the Walsh-Healey Public Contracts Act (WHPCA) and the Service Contract Act (SCA), emphasizing regulations related to minimum wage, overtime pay, child labor, worker safety, and employee rights for federal contractors. It mandates that employees under the WHPCA must receive no less than the federal minimum wage and overtime hourly rates, particularly prohibiting child labor under 16 years old and ensuring sanitary and safe working conditions. The SCA extends these provisions to service contracts, requiring compliance with prevailing wage determinations and fringe benefits as defined by local standards. Additionally, it highlights paid sick leave requirements under Executive Order 13706 for Federal contractors, providing employees with one hour of paid sick leave for every 30 hours worked—up to 56 hours annually. The document asserts the enforcement role of the Department of Labor (DOL) agencies and establishes the accountability of employers for labor law compliance. Noteworthy is the emphasis on employee protections against discrimination and retaliation for asserting their rights under the applicable laws. Overall, this serves as a critical guide for contractors to adhere to labor standards and employment rights in governmental contract work.
    This document serves as an experience questionnaire for contractors responding to government Requests for Proposals (RFPs) and grants. It outlines essential information required from contractors, including their business type, years of experience, completed and current contract commitments, and any previous issues with contract completion. Contractors must provide details on their workforce capabilities and available equipment, as well as examples of past projects to demonstrate their qualifications. Additionally, the document seeks credit references and banking information to assess the financial responsibility of potential offerors. Finally, a certification section is included, affirming the accuracy of the provided information. The purpose of this file is to evaluate contractor qualifications and ensure they can fulfill government project requirements effectively and reliably, supporting transparency and accountability in the procurement process.
    The document outlines the London RD Toilet Pumping Contract for the Jackson County Area, indicating the locations of vault pumping sites related to the contract. It distinguishes between national forest land and private land, suggesting the project's implications for land management and environmental considerations. The presence of these sites shows the need for effective waste management services in the area, which may be part of a larger effort to maintain public facilities and adhere to sanitation standards. The focus is on the coordination of services within sensitive land regions, indicating state and possibly federal oversight in ensuring compliance with regulations governing waste management in national and private lands. Overall, the contract illustrates a targeted approach to addressing sanitation issues while considering land ownership and environmental impact.
    The file outlines the London RD Toilet Pumping Contract related to the Rockcastle Ramp area, which includes both national forest land and private property. The primary focus of this document is to detail the geographic locations of vault pumping sites necessary for maintaining sanitation facilities within the Laurel Lake Area. The contract likely involves overseeing the pumping and maintenance of toilets to ensure compliance with environmental and public health standards. This initiative aligns with federal and state objectives to manage waste efficiently and sustainably in public recreational spaces, demonstrating the government's commitment to maintaining service quality and environmental integrity in natural areas. The document serves as a reference for stakeholders involved in managing the contract and ensuring adherence to specified operational requirements.
    This document details a Request for Proposal (RFP) for toilet pumping services required by the Forest Service within the London Ranger District of the Daniel Boone National Forest in Kentucky. The contractor must provide all necessary equipment, labor, and supplies to pump, clean, and disinfect vault toilets while complying with state and federal regulations. The contract includes the servicing of 41 vaults annually, with required responses to service notifications within 48 hours. Technical specifications outline the necessary pumping equipment, procedures, and stringent cleanup requirements to prevent contamination. Contractors must maintain the appearance and conduct of personnel, ensuring minimal interference in recreational areas. Payment will be processed monthly upon acceptance of work documented by inspection forms, emphasizing that full payment requires satisfactory service completion. The document underscores the importance of environmental compliance and resource protection while stipulating conditions related to equipment loss or damage and inspection protocols to ensure quality work.
    The file contains Q&A responses regarding the solicitation for toilet pumping services at the London Ranger District, outlined in the follow-on contract #12443925Q0006. The current contract, number 12531A20P0035, is referenced for further information. There is no scheduled formal site visit; however, informal visits are permitted. A background check for technicians is not necessary, as their work does not involve routine access to federally controlled facilities. Emergency response times will be mutually agreed upon between the Forest Service and the contractor. The contractor is required to complete servicing of 41 tanks within 48 hours, but most tanks are typically pumped from June to October, depending on their fullness. Finally, refuse removed from the tanks must be disposed of off-site, as it cannot be placed in Forest Service trash containers. This document is vital for potential contractors to understand the expectations and requirements of the toilet pumping services contract.
    The government document 12443925Q0006 is a Request for Quotation (RFQ) for toilet pumping services in the London Ranger District, Daniel Boone National Forest, Kentucky, covering a contract period from April 1, 2025, to March 31, 2030. It is open for small businesses, with detailed specifications for the services required including pumping, cleaning, and waste disposal from toilets. The RFQ outlines categories for service provision, quantity requirements, delivery dates, and options for additional years of service. Key elements include guidance on submitting quotes, indicating necessary documentation such as technical proposals and price proposals, compliance with federal regulations, and specific performance work expectations. Offerors are evaluated based on price, past performance, technical capability, and qualifications. The document emphasizes adherence to regulations, registration requirements in the System for Award Management, and specific contractual clauses that govern the procurement process, ensuring transparency and adherence to legal standards. This RFQ illustrates the government's commitment to maintaining facilities while enhancing opportunities for small businesses in compliance with federal guidelines.
    The document details the Q&A for the London Ranger District Toilet Pumping Solicitation #12443925Q0006, which is a follow-on contract for septic pumping services. The incumbent contractor is associated with contract number 12531A20P0035. There will be no formal site visit scheduled, but informal visits are permitted. No background checks are required for technicians involved, as routine access to federally-controlled facilities isn’t necessary. Emergency pumping services will be coordinated with the contractor by mutual agreement. The contractor must service the tanks within a 48-hour window, typically resulting in the pumping of three tanks per day from June to October, depending on tank fullness. Proper disposal of refuse collected from the tanks is mandated, prohibiting disposal in Forest Service containers. This information is crucial for potential contractors seeking to understand service expectations, timelines, and compliance requirements for the septic pumping contract.
    The document addresses the solicitation for toilet pumping services at the London Ranger District, identified by Solicitation # 12443925Q0006. It confirms that this is a follow-on contract from an existing one (contract number 12531A20P0035). No formal site visits will be held, though informal visits are allowed. No background checks are needed for technicians due to the nature of the contract. Emergency response times will be determined by mutual agreement between the Forest Service and the contractor. The contractor is required to service tanks within a 48-hour timeframe, monitored by Forest Service staff, primarily from June to October. Refuse removed from tanks must be disposed of off-site, not in Forest Service trash facilities. The document clarifies that the solicitation is a Total Small Business set-aside despite conflicting information on the SF-18 Request for Quote. The solicitation’s inactivity since January 23, 2025, resulted from a moratorium on funding and contract execution, with submission deadlines extended to March 6, 2025. Overall, the document outlines essential details regarding the contract's requirements, protocols, and operational guidelines in the context of federal contracting processes.
    The document outlines the Q&A for the London Ranger District Toilet Pumping solicitation (#12443925Q0006), indicating it is a follow-on contract, succeeding an existing one. There is no formal site visit; interested parties can visit informally. Background checks for technicians are not required as no routine access to federally controlled facilities is necessary. Emergency service response times will be negotiated between the Forest Service and the contractor. The contractor must complete servicing of 41 tanks, with pumping expected to occur primarily from June to October. All refuse from pumping must be disposed of off-site, not in Forest Service trash facilities. The solicitation is confirmed as a Total Small Business set-aside. It temporarily became inactive due to a moratorium on funding from a recent memorandum, extending the submission deadline to March 21, 2025. Overall, the scope of work remains consistent with past contracts, including pressure washing and refuse disposal requirements. This document serves to clarify expectations and guidelines related to this federal contract solicitation, within the context of government RFP processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all while adhering to OSHA and security standards. This procurement is crucial for maintaining a clean and safe environment at the facility, which supports the operations of the Forest Service. Interested small business concerns must submit their quotes electronically, including pricing and past performance information, by the specified deadline, with the contract anticipated to be a firm-fixed-price agreement for a base period of 12 months, with four optional years and a potential six-month extension. For further inquiries, contact Tricia Boles at tricia.boles@usda.gov or David Easter at david.easter@usda.gov.
    Lagoon Aeration
    Agriculture, Department Of
    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.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    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.
    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.
    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.
    Almanor Ranger District Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The contract requires comprehensive management and execution of cleaning tasks for a 5,610 square foot facility, which includes office spaces, restrooms, and a kitchen, with services to be performed once a weekday. This procurement is a Total Small Business Set-Aside, and interested parties must submit their quotations by December 15, 2025, with the contract anticipated to be awarded for a base year starting January 1, 2026, and extending through four optional years. For further inquiries, potential bidders can contact Stephen Holly at stephen.holly@usda.gov.