MAINTAIN SEWER LINES PARKWIDE
ID: 140P8125Q0030Type: Combined Synopsis/Solicitation
AwardedJul 3, 2025
$157.4K$157,388
AwardeeA-1 PUMP & JET SERVICE INC 377 W US HIGHWAY 50 Emporia KS 66801 USA
Award #:140P8125P0021
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

MAINTENANCE OF SEWAGE AND WASTE FACILITIES (Z1ND)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to maintain sewer lines park-wide at Lake Mead National Recreation Area. The project involves hydro-flushing, entrapment, and debris removal from gravity sewer lines and manholes, with a performance period scheduled from September 23, 2025, to December 22, 2025. This initiative is crucial for ensuring the infrastructure's functionality and environmental protection within the park, emphasizing minimal disruption to visitors and adherence to safety and regulatory standards. Interested vendors must submit their quotations electronically to Michelle Bennett by the specified deadlines, with a site visit planned for May 22, 2025, and pre-registration required by May 21, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to ongoing maintenance and cleaning operations related to municipal lift stations, specifically addressing the progression of cleaning from designated sheets and locations within a broader project structure. It includes references to specific Sheets (U04, U03, U08, U25) for continuity and tracking of work progress. Details highlight organized steps for completion of cleaning tasks, starting from initial phases and tracking maintenance or operational cleaning tasks specific to lift stations, a crucial component of local infrastructure management. The focus appears to be on systematic procedures for ensuring the proper functionality of these stations which are vital for waste management and urban sanitation. The structured approach indicates the agency's commitment to maintaining municipal services essential for public health and infrastructure reliability. Furthermore, the document emphasizes planning and execution—integral components in federal and state/local Request for Proposals (RFPs) concerning public works projects. This operational outline serves to guide involved agencies in adhering to regulatory standards while executing necessary maintenance activities.
    The document is a Request for Quotation (RFQ) No. 140P8125Q0030 issued by the National Park Service for maintaining sewer lines at Lake Mead National Recreation Area, with a performance period from September 23, 2025, to December 22, 2025. A site visit is scheduled for May 22, 2025, and pre-registration is required by May 21. Interested vendors must submit written questions by May 27, 2025, and all quotations must be sent electronically to the contracting officer, Michelle Bennett, at the specified email address. The award process will consider factors such as price, relevant project experience, and past performance. The RFQ emphasizes small business participation and incorporates several federal acquisition clauses. Potential contractors must be registered with the System for Award Management (SAM) and comply with various reporting and certification requirements. The solicitation underscores the use of domestic supplies unless otherwise indicated and prohibits the use of All-Terrain Vehicles (ATVs) in the area. Lastly, payment requests will be processed electronically using the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
    The Lake Mead National Recreation Area seeks to maintain park-wide sewer lines through a contract focused on hydro-flushing, entrapment, and debris removal. This project includes specific locations in Arizona and Nevada, with extensive work required within gravity sewer lines and manholes at various sites. The contractor is responsible for verifying site details, performing hydro-flushing, and ensuring proper disposal of dislodged debris outside park boundaries. The project has an estimated performance period of 90 days, from September 23 to December 22, 2025. Key considerations include minimizing inconvenience to park visitors, maintaining safety on job sites, and compliance with environmental regulations, particularly concerning native species and equipment cleanliness. Contractors must adhere to specified hours, secure necessary permits, and maintain safety protocols. The project emphasizes coordination with National Park Service personnel, detailing submittal processes, accident prevention strategies, and clear communication regarding safety measures. This initiative illustrates the government's efforts to enhance infrastructure within recreational areas while ensuring environmental protection and public safety, as reflected in its comprehensive guidelines and requirements for contractors.
    The document outlines wage determinations under the Service Contract Act for federal contracts, specifically Wage Determination No. 2015-5593, revised on December 23, 2024. It mandates that contracts executed after January 30, 2022, pay a minimum hourly wage of at least $17.75, while contracts awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $13.30, unless higher rates are specified. The file includes a comprehensive list of occupational titles and corresponding wage rates, highlighting mandatory fringe benefits, including health and welfare benefits. Additionally, it emphasizes compliance with Executive Orders concerning sick leave and health benefits. Contractors must adhere to specific worker protections and may need to follow a conformance process for unlisted job classifications. The document serves as an essential reference for contractors, ensuring they meet labor standards and provide appropriate compensation to workers engaged in service contracts, particularly in Nevada's Clark County. This aligns with broader governmental objectives related to fair labor practices and contractual accountability.
    This document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, highlighting the minimum wage rates and fringe benefits required for various occupations in Mohave County, Arizona, effective for contracts entered into or renewed starting January 30, 2022. It outlines wage rates according to Executive Orders 14026 and 13658, specifying an hourly wage of at least $17.75 or $13.30 based on contract specifics. A comprehensive table provides wage rates for different occupations, including clerical, automotive, health, and technical positions, with details on fringe benefits such as health and welfare and paid sick leave stipulations. Moreover, the document emphasizes compliance with the Service Contract Act in classifying unlisted occupations using a conformance process, ensuring all employees receive appropriate pay. Additionally, it mandates equal treatment for uniform costs and safety differentials for hazardous duties. This guidance is vital for contractors and agencies to ensure adherence to labor laws in federal contracts and protect workers' rights, reflecting the government's commitment to fair compensation in federally funded services.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    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.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    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.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.