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
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Mar 21, 2025, 4:00 PM UTC
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
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.
Mar 18, 2025, 9:07 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 13, 2025, 6:08 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
Mar 20, 2025, 6:06 PM UTC
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 13, 2025, 6:08 PM UTC
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.
Mar 13, 2025, 6:08 PM UTC
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.
Mar 13, 2025, 7:06 PM UTC
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.
Mar 19, 2025, 6:05 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
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
Combined Synopsis/Solicitation
Similar Opportunities
Dalton Vault Winter Pumping
Buyer not available
The Bureau of Land Management (BLM) Alaska State Office is seeking proposals for waste pumping services along the Dalton Highway, specifically for the removal of waste from vault toilets. The contractor will be responsible for providing personnel, equipment, and services to pump waste from three designated 1,000-gallon vault toilets, with annual servicing required within ten days of notification from the BLM. This procurement is crucial for maintaining environmental standards and enhancing visitor experiences in recreational areas, ensuring compliance with OSHA and EPA regulations. Interested small businesses must submit their proposals by April 15, 2025, with the contract period starting May 12, 2025, and options for extension through March 31, 2029. For further inquiries, contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208.
Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.
S--PORTABLE TOILET RENTAL TO INCLUDE PUMPING, CLEANIN
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for portable toilet rental services, including pumping, cleaning, and restocking, at Gettysburg National Military Park and the Eisenhower National Historic Site in Pennsylvania. The contract will cover the period from May 16, 2025, to November 30, 2025, with specific requirements for servicing during key events such as Dedication Day, Remembrance Day, and WWII Weekend, necessitating both standard and ADA-compliant units. This procurement is crucial for ensuring adequate sanitation facilities during significant historical commemorations, enhancing visitor experience and compliance with accessibility standards. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
Chemical Latrines & Pumping
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is seeking quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement includes the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from septic systems and grease traps, with a focus on maintaining environmental compliance and sanitation standards. This contract, which is set aside for small businesses, spans a base period from September 2025 to July 2026, with four additional option years, and requires interested vendors to submit their quotes by May 13, 2025. For further inquiries, potential bidders can contact Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
Vault Toilet Installation at Modoc NF, Devil’s Garden-Warner Mountain RD
Buyer not available
The U.S. Department of Agriculture's Forest Service is conducting a market survey to identify contractors interested in a project for the installation of vault toilets at Modoc National Forest in California. The project involves the procurement and installation of two single-stall pre-cast concrete vault toilets at designated campgrounds, requiring contractors to provide all necessary labor, materials, equipment, and water, including the use of a crane for installation. This initiative is crucial for enhancing recreational facilities in the area, with an anticipated construction cost ranging from $25,000 to $100,000, and a small business size standard set at $45 million under NAICS code 237990. Interested contractors must submit their capability statements and bonding capacities via email to Richard Ortega at richard.ortega@usda.gov by May 6, 2025, referencing project number 127EAW25Q0003.
W--Portable Restrooms & Servicing - BPA Set Up
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) for portable restroom rental and servicing at the Lower Potomac Field Station in Lorton, VA. The contract encompasses a one-year base period with four optional annual extensions, requiring the contractor to provide one portable restroom along with bi-weekly cleaning services, with the possibility of additional short-term rentals as needed. This initiative is crucial for maintaining sanitation at recreational sites managed by BLM, thereby enhancing public health facilities in these areas. Proposals are due by May 2, 2025, and inquiries can be directed to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.
MBRTB-Yampa Ranger District- Trash Collection Services
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for trash collection services at the Yampa Ranger District within the Medicine Bow-Routt National Forest in Colorado. The contract, which is a single award, firm-fixed price agreement, requires the contractor to provide dumpsters, perform trash collection from designated campgrounds, and adhere to safety and environmental standards, including the use of bear-resistant dumpsters. This initiative is crucial for maintaining cleanliness and ecological integrity in public spaces, particularly in camping areas, and supports community engagement in responsible waste disposal practices. Interested contractors must submit their quotes, including a technical proposal, by following the guidelines outlined in the Request for Quotes documents, with the contract expected to commence on June 1, 2025, and run for a base year with four optional renewal years. For further inquiries, potential bidders can contact Curtis Landreth at curtis.r.landreth@usda.gov.
Janitorial Services for the Green Mountain National Forest Rochester RD
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for janitorial services at the Green Mountain National Forest Rochester Ranger District in Vermont. The contract will cover a base year from July 1, 2025, to June 30, 2026, with two optional renewal years, requiring regular cleaning tasks performed bi-weekly and intensive cleaning every six months to maintain hygiene and cleanliness for approximately 30 employees and 20 daily visitors. This procurement emphasizes the importance of maintaining public health and safety through professional janitorial services, utilizing environmentally friendly products as outlined in the USDA BioPreferred Program. Interested small businesses must submit their proposals by May 21, 2025, and can direct inquiries to Keith Reichard at keith.reichard@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.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors will be responsible for providing all necessary equipment, trained personnel, and logistics to ensure compliance with federal regulations, including wage determinations, while maintaining operational readiness. This initiative is crucial for ensuring adequate sanitation facilities during emergencies, reflecting the government's commitment to effective resource deployment. Interested vendors must submit their offers by April 28, 2025, with inquiries directed to Dana Price at dana.price2@usda.gov or (202) 205-0913.