Toilet Pumping for Stearns Ranger District on Daniel Boone NF
ID: 12443925Q0016Type: Solicitation
AwardedMar 31, 2025
$130.5K$130,459
AwardeeA-1 CONSTRUCTION & SEPTIC SERVICE LLC Strunk KY 42649 USA
Award #:12443925P0014
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 contractors for toilet pumping services at the Stearns Ranger District of the Daniel Boone National Forest in Kentucky. The procurement involves a firm fixed-price contract for a base year, with the potential for four additional option years, focusing on the timely removal of waste from vault toilets and maintaining cleanliness at designated recreation sites. This service is crucial for ensuring public health and safety, enhancing visitor experiences, and maintaining the functionality of recreational facilities. Interested contractors must submit their proposals, including an Experience Questionnaire, by the specified deadline, and can direct inquiries to Molly Sikkink at molly.sikkink@usda.gov. The anticipated period of performance for the base year is from April 1, 2025, to March 31, 2026.

    Point(s) of Contact
    Molly Sikkink (Administrative POC)
    molly.sikkink@usda.gov
    Files
    Title
    Posted
    The document outlines worker rights and regulations under the Executive Orders related to federal contracts, specifically Executive Order 14026 concerning minimum wage, and Executive Order 13706 concerning paid sick leave. Effective January 1, 2025, federal contractors must pay a minimum wage of $17.75 per hour, with no tip credits applicable for tipped employees. The Department of Labor (DOL) enforces these regulations, providing free and confidential assistance to workers who may file complaints. Additionally, it describes contractor responsibilities for ensuring employee safety, maintaining training records for security measures, and complying with child labor laws. The Service Contract Act and Walsh-Healey Public Contracts Act are also addressed, establishing minimum wage standards and safety requirements. Furthermore, employers are mandated to provide paid sick leave, allowing employees to accrue 56 hours annually for health-related reasons. The document emphasizes adherence to both federal laws and local requirements, urging employers to comply with the highest standards set forth. Overall, it serves as a comprehensive guide for federal contractors to understand and uphold labor rights and working conditions for employees under various contracts.
    The government document presents a Request for Quotation (RFQ) for toilet pumping services within the Stearns Ranger District of the Daniel Boone National Forest. Issued by the USDA Forest Service, the RFQ spans a base year and four option years, from April 1, 2025, to March 31, 2030, requiring contractors to provide all necessary equipment, materials, labor, and supervision. The document specifies various locations and quantities for pumping services, detailing service frequency at designated recreation sites. Bidders must demonstrate experience and past performance in similar projects, and include a technical proposal, price proposal, and necessary representations and certifications within their submission. The document emphasizes that all offers must be compliant with federal laws and regulations, including requirements for small business consideration. Evaluation will focus on experience, past performance, and pricing, with each element impacting the award decision. Overall, this solicitation exemplifies standard procedures for government contracts, ensuring public assets are maintained while encouraging participation from qualified small businesses within the scope specified.
    The USDA Forest Service's publication outlines cleaning standards and protocols for recreation sites to maintain health and safety. The document emphasizes the importance of cleanliness and maintenance in enhancing visitor experiences while reducing vandalism. Key sections include guidelines for cleaning waste facilities like vault toilets and showers, with detailed procedures on chemical safety, odor control, and maintenance practices. It recommends a systematic approach to cleaning practices, emphasizing the use of appropriate tools and personal protective equipment to ensure worker safety. Central to the publication is the concept of “Meaningful Measures,” which aids recreation managers in evaluating the effectiveness of their maintenance efforts. The guidelines also address the importance of public service and employee conduct, underscoring how staff interaction can influence visitor perception of the Forest Service. This publication serves as a resource for recreation managers and personnel to improve operations across various recreation areas, ensuring a clean, safe, and enjoyable environment for all visitors.
    The document outlines the evaluation criteria for bidders in the Stearns Toilet Pumping Contract, focusing on non-price factors. Two main categories are assessed: Experience and Past Performance. In the Experience category, bidders are rated from Excellent to Unacceptable based on their years of relevant work with the Forest Service or other federal agencies, with five or more years denoting Excellent ratings while less than one year results in Unacceptable. The Past Performance category similarly evaluates bidders based on formal ratings or references from past contracting personnel, ranging from Excellent for outstanding ratings to Unacceptable for poor evaluations. This structured evaluation process is essential for ensuring that selected contractors are qualified and capable of fulfilling contract requirements, reflecting the government's commitment to quality and accountability in procurement processes as part of federal and local contracting standards.
    The document outlines a Contractor Experience Questionnaire, which is essential for federal RFPs and grant processes. It serves to assess contractors' qualifications by gathering comprehensive information about their business structure, experience, and capabilities. Key sections include the contractor's contact details, type of business, years of industry experience, and a detailed history of past projects completed within the last three years, including contract numbers and completion status. Additionally, the form requests current contract commitments and addresses past performance issues, such as failures to complete work or reliance on performance bonds. It also requires data on employee capacity, equipment availability, and the principal individuals' qualifications. Beyond experience, the document seeks credit references and banking information to support financial viability determinations. Finally, a certification section affirms the truthfulness of submitted information. This questionnaire is vital for ensuring that the government engages competent contractors capable of fulfilling project requirements effectively while adhering to regulatory standards.
    The document is a Request for Quotations (RFQ) for Toilet Pumping Services at the Stearns Ranger Developed Recreation Sites within the Daniel Boone National Forest, to be managed by the USDA Forest Service. The contract spans from April 1, 2025, to March 31, 2030, with an initial base year and up to four option years for continued services. Interested contractors must provide a technical and price proposal, including past performance information, technical capability details, and representations and certifications, while actively registered in the System for Award Management (SAM). The procurement is specifically set aside for small businesses within the NAICS code 562991. The schedule outlines various toilet pumping tasks at specified locations with an emphasis on thorough service commitments. Contractors are also required to adhere to various federal regulations and clauses relevant to service contracts, including worker treatment and payment standards. This RFQ is part of the government’s effort to maintain clean and accessible public facilities, supporting both environmental stewardship and public service in outdoor recreational areas.
    The Statement of Work (SOW) outlines the requirements for toilet pumping services at the Daniel Boone National Forest's Stearns Ranger District. The contractor must provide all necessary equipment, materials, labor, and supervision for a 12-month contract with four optional one-year extensions. Key responsibilities include timely removal of waste from vault toilets, maintaining cleanliness and hygiene, and proper disposal in state-approved sewage systems. The contractor is also required to disinfect vaults, add backfill water after pumping, and ensure no obstructions or debris remain. Work will be inspected by the Contracting Officer or designated representative, ensuring compliance with the specified technical and general requirements. Seasonal variations in service periods are expected, primarily from April to November, considering the area's public use nature. The SOW emphasizes the importance of maintaining public safety and the functionality of recreational facilities while minimizing disruptions during service operations. The contractor is liable for any damage caused during operations, and the government is not responsible for loss of contractor-furnished equipment unless caused by government negligence. The proposal seeks bids for one-time pumpings and additional services as needed.
    Similar Opportunities
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    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 in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. 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 a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    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 in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    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.
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Agriculture, Department Of
    The USDA Forest Service is seeking a qualified contractor to provide janitorial and mowing services for the Cheoah Ranger District recreational areas in North Carolina. The procurement involves a Blanket Purchase Agreement (BPA) Call Order for services that include trash removal, restroom cleaning, and lawn maintenance for various picnic areas. These services are essential for maintaining the cleanliness and accessibility of recreational sites, ensuring a pleasant experience for visitors. Interested parties should note that this opportunity is restricted to the approved company eligible for call orders under BPA 12444123A0007, and inquiries can be directed to Tobi Shumaker at tobi.shumaker@usda.gov.
    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.
    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 procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    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.