S--Vault Toilet and Septic Pumping at Devils Postpile
ID: 140P8525Q0082Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for vault toilet and septic tank pumping services at Devils Postpile National Monument in California. The procurement involves a firm-fixed price contract with a base performance period of one year and the option to extend for four additional one-year periods, totaling a potential five-year term. This service is crucial for maintaining the cleanliness and functionality of public sanitation facilities, ensuring compliance with health and safety standards. Proposals are due by August 12, 2025, at 5:00 p.m. Pacific time, and interested parties should contact Lisa Henson at Lisa_Henson@nps.gov or call 928-612-0074 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    RFQ 140P8525Q0082, titled "VAULT TOILET AND SEPTIC PUMPING" for Devils Postpile National Monument, is a new government requirement. A cost estimate is unavailable, but the contract is expected to start on August 12, 2025, with at least one pumping required before October 6, 2025. The government can provide water via fire hydrants, but the contractor must supply hoses and connections. The contractor is responsible for securing an authorized disposal site, as none are available within the Monument.
    This document presents a Quote and Price Schedule related to a Request for Proposals (RFP) focused on the pumping services for various sanitation facilities. It lists several line items (CLIN) associated with the maintenance of vault toilets and septic tanks, specifying quantities for pumping services in units of "pumpings." The facilities include two vault toilets, each with a capacity of 1,000 gallons, and three septic tanks with capacities of 2,000 and 5,000 gallons, respectively. Each item is mentioned multiple times, indicating a breakdown for a base year and multiple option years, although prices are not provided. The document seeks to establish cost parameters for the proposed services, aiming to secure bids for sanitation maintenance under a structured annual contract framework. The purpose aligns with government procurement processes to ensure proper sanitation management in public facilities, reflecting fiscal transparency and accountability in service contracts. Overall, the document serves as a foundational element in selecting a contractor for the maintenance of public sanitation infrastructures.
    The RFQ 140P8525Q0082 pertains to the pumping services for vault toilets and septic tanks at Devils Postpile National Monument in California. The contract requires the successful contractor to pump three septic holding tanks and two vault tanks once or twice annually, primarily from August 1st to October 15th. The contractor is responsible for providing all necessary labor, materials, and tools, while adhering to applicable codes and standards. The scope involves pumping two vault toilets, each with a capacity of 1,000 gallons, and two septic tanks holding 5,000 gallons each, as well as a separate septic tank behind Cabin #1 with a 2,000-gallon capacity. Notably, the contractor must report any facility repairs needed or hazardous conditions affecting performance. The contract is structured as a firm-fixed price with a one-year base period and four optional renewal years. Work is to be performed at the monument's site, which currently faces access limitations due to construction. A map outlining tank locations is provided, and detailed pumping logs are required for invoice submission. This document outlines the essential requirements and expectations for prospective contractors in a public works context as part of federal procurement processes.
    The document appears to address the installation and assessment of septic tanks, specifically Tanks 1, 2, and 3. It outlines a governmental initiative likely related to environmental health and public safety, focusing on waste management systems. The project aims to evaluate the current conditions of the septic tanks, ensuring they meet regulatory standards and function optimally. Proper maintenance and safety considerations are implied, though specific details surrounding the operational framework are not included. The reference to government-facilitated contracts or funding for these assessments indicates a structured approach to tackle infrastructure improvements within related public health domains. Overall, the initiative underscores the importance of maintaining effective septic systems for community welfare.
    The document outlines the Wage Determination No. 2015-5615 from the U.S. Department of Labor under the Service Contract Act, revised as of July 8, 2025. It establishes minimum wage rates for various occupations in Madera County, California, based on two Executive Orders applicable to federal contracts. Contracts initiated or extended after January 30, 2022, must comply with a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to at least $13.30 per hour. Employees across numerous occupations, including administrative, automotive, and health-related fields, are listed along with their respective pay rates and fringe benefits. Additionally, provisions regarding paid sick leave, vacation, holidays, hazardous pay differentials, and requirements for uniforms are detailed. The document emphasizes the necessity for compliance from contractors and includes guidelines for classifying unlisted employee service under the contract. Overall, it serves to ensure fair compensation and worker protections for those engaged in federally contracted services, reflecting the government's commitment to uphold labor standards.
    The solicitation RFQ #140P8525Q0082 seeks a vendor for vault toilet and septic tank pumping services at Devils Postpile National Monument, California. The contract will be a firm fixed price basis with a one-year base and four one-year optional periods, totaling a potential five-year term. The request is full and open, with no small business set-asides, and the relevant NAICS code is 562991. Offerors must submit proposals that demonstrate price, technical capability, and past performance. Evaluation will include a comparative assessment of offers, with the award going to the best value proposition for the government. Required documentation in quotes includes a signed SF 1449, acknowledgment of amendments, completed provisions, a project narrative, and references. Everything must be submitted via email and in line with System for Award Management (SAM) registration requirements. Successful proposals must also adhere to various Federal Acquisition Regulation clauses, covering areas such as compliance with labor standards, payment protocols through the Invoice Processing Platform, and ethical business practices. This solicitation represents the government’s commitment to maintaining essential services at national parks while following strict regulatory standards during procurement processes.
    Amendment 0001 to Solicitation No. 140P8525Q0082, issued by the DOI, NPS, PWR - SF/SEA MABO, addresses the Vault Toilet and Septic Tank Pumping for Devils Postpile National Monument. The purpose of this amendment is to provide answers to questions received from prospective offerors, detailed in the 'Amd 0001_Questions and Answers.pdf' document. This amendment explicitly states that offers must acknowledge its receipt by completing and returning copies, acknowledging receipt on the offer, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of the offer. The solicitation closing date remains August 12, 2025, at 5:00 p.m. Pacific time. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. The contracting officer is Lisa Henson.
    The document is a Request for Proposal (RFP) regarding the contract for vault toilet and septic tank pumping services at Devils Postpile National Monument. It details the acquisition process, with a base performance period of one year and the possibility of extending for four additional one-year option periods, totaling five years. The main solicitations are structured as commercial items, cataloging the requirements for service-based housekeeping, specifically in trash and garbage collection pertaining to toilet facilities. The solicitation is intended for small businesses, including service-disabled veteran-owned, women-owned, and economically disadvantaged entities, indicating a preference for diverse contractor participation. Key information includes the proposal's due date, the administering organization (National Park Service, NPS), and detailed service item descriptions across various years. The RFP objectives are to maintain cleanliness and proper function of public facilities, ensuring compliance with health and safety standards. Proposals are expected to account for total pricing, including option years, during evaluation. The document's structure includes sections for pricing, service specifications, and administrative details vital for potential bidders.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking 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 septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    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.
    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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.