Toilet Pumping for London Ranger District
ID: 12443925Q0006Type: Combined Synopsis/Solicitation
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 Forest Service, is seeking qualified small businesses to provide toilet pumping services for the London Ranger District in Kentucky. The contract involves the maintenance of sanitation facilities, including the pumping, cleaning, and waste disposal from 41 vault toilets, with a requirement for service completion within 48 hours of notification. This initiative is crucial for ensuring public health and environmental compliance in recreational areas, reflecting the government's commitment to maintaining service quality in national forests. Interested contractors should contact Molly Sikkink at molly.sikkink@usda.gov or call 612-474-4360 for further details, with the contract period set from April 1, 2025, to March 31, 2030.

    Point(s) of Contact
    Molly Sikkink (Administrative POC)
    (612) 474-4360
    molly.sikkink@usda.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Toilet Pumping Monogahela National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for toilet pumping services at the Monongahela National Forest in West Virginia. The contract involves providing vault toilet pumping services across the Cheat/Potomac and Greenbrier Ranger Districts, with work segmented into three phases scheduled between April and August, as well as emergency services as needed. This procurement is crucial for maintaining sanitation and public health standards in outdoor recreational areas, ensuring compliance with environmental regulations. Interested small businesses must submit their quotes by February 21, 2025, and can direct inquiries to Eric King at eric.king@usda.gov or Keith Friot at keith.d.friot@usda.gov.
    MT BAKER RANGER DISTRICT - VAULT TOILET INVENTORY MT BAKER SNOQUALMIE NATIONAL FOREST BPA SET UP
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide vault toilet pumping services for the Mount Baker Ranger District within the Mt Baker-Snoqualmie National Forest in Washington. The procurement involves establishing a Blanket Purchase Agreement (BPA) for services extending from May 1, 2025, to April 30, 2032, with a focus on maintaining outdoor recreational facilities by ensuring proper waste management at various campground locations. Interested vendors must adhere to the NAICS code 562991, with a size standard of $9 million, and are required to submit technical and price proposals by the bid deadline of March 28, 2025. For further inquiries, vendors can contact A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    WEST ZONE MT HOOD NATIONAL FOREST PARENT BPA
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small businesses to provide vault septic pumping services for the Mt. Hood National Forest in Oregon through a Blanket Purchase Agreement. The procurement aims to ensure efficient waste management at various recreational sites, with services required on an as-needed basis from May 1, 2025, to April 30, 2032. This initiative underscores the government's commitment to maintaining public facilities in natural areas while supporting small business participation in federal contracting. Interested offerors must submit their technical and price proposals by February 28, 2025, and can direct inquiries to A Kay Steffey at arlene.steffey@usda.gov or call 208-484-4622.
    Olympic National Forest Vault Pumping Service
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide vault pumping services for the Olympic National Forest in Washington. This procurement is a total small business set-aside, aimed at ensuring that small businesses can compete for the contract, which falls under the NAICS code 562991 for septic tank and related services. The services are crucial for maintaining sanitation and environmental standards within the forest, ensuring the proper treatment and storage of waste. Interested parties should contact A Kay Steffey at arlene.steffey@usda.gov or call 208-484-4622 for further details regarding the procurement process.
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking proposals for portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, California. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for four additional one-year extensions, requiring contractors to provide scheduled and on-call services that comply with ADA standards. This procurement is essential for maintaining sanitation facilities in the park, ensuring cleanliness and accessibility for visitors, and adhering to federal regulations. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    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.
    SEPTIC SERVICES BLM COTTONWOOD ID
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for septic services at the Cottonwood Field Office in Idaho, specifically for the period from May 15, 2025, to May 14, 2026. The contractor will be responsible for pumping vault toilets, servicing portable toilets, and maintaining cleanliness at various recreational sites, ensuring compliance with environmental standards and public health regulations. This procurement is crucial for maintaining sanitation facilities in recreational areas along the Lower Salmon River, supporting visitor safety and comfort. Interested small businesses must submit their proposals by February 28, 2025, at 5 PM Eastern time, and can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
    W--YAKIMA CANYON PORTAPOTTY RENTAL Spokane District
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotations for a firm fixed-price contract for portable toilet rentals in the Yakima River Canyon area, specifically from April 1, 2025, to March 31, 2030, with options for up to four extensions. The contract aims to provide essential sanitation services at new BLM recreation sites, ensuring that public facilities are maintained to health and safety standards. This procurement is particularly important for enhancing visitor experiences in recreational areas, as it supports environmental stewardship and public access to outdoor amenities. Interested small businesses must submit their bids by March 5, 2025, and can contact Doris Jeffers at dgjeffers@blm.gov or 503-808-6061 for further details.