SEPTIC TANK/VAULT TOILET PUMP OUTS FOR BIG CYPRESS
ID: 140P5225Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

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 provide septic tank and vault toilet pump-out services for the Big Cypress National Preserve. The procurement involves comprehensive services including the pumping, transporting, and disposing of wastewater and sludge, with a focus on compliance with local, state, and federal regulations. This initiative is crucial for maintaining environmental standards and public health within the preserve, as it manages 48 septic and vault systems requiring regular maintenance and emergency response capabilities. Interested vendors must submit their quotes by June 6, 2025, and ensure they are registered in the System for Award Management. For further inquiries, contact Dallas Harper-Staub at dallas_harper-staub@nps.gov or call 256-986-0815.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details various government-approved vault toilet buildings and wastewater systems, emphasizing their specifications, locations, and capacities. It lists multiple facilities categorized under designated locations (e.g., Bear Island, Burns Lake, Mitchells Campground) with corresponding building identifiers and capacities ranging from 500 to 5000 gallons. Specific entries include waste management infrastructures like the Dona Drive Dump Station and various VIP trailer pad sites, each assigned a gallon capacity. The primary purpose of this file is to outline the existing sanitation infrastructure within certain jurisdictions as part of federal and state RFPs and grant processes. Proper documentation of these facilities aids in future funding applications, maintenance scheduling, and compliance with environmental regulations. Highlighting various systems with different capacities ensures that authorities can allocate resources effectively and maintain public health and safety. Overall, this document provides a comprehensive snapshot of sanitation capabilities related to government facilities and parks.
    The document outlines the requirements for submission of past experience and performance information by contractors responding to a federal solicitation (Solicitation No. 140P5225Q0020). Contractors are required to detail relevant projects from the past five years, capped at ten projects, alongside key personnel qualifications and proposed subcontractors. Important information to include consists of project value, construction dates, and a description of the work performed. The contractors must also disclose any past performance issues and the actions taken to address them, as lack of transparency may negatively affect their assessment. Additionally, contractors must provide references for both key personnel and named subcontractors, ensuring credible testimonies and the nature of previous work align with the specified project scope. The overall emphasis is on showcasing qualifications, acknowledging challenges, and ensuring accountability to facilitate the government's evaluation process.
    The document outlines a Request for Quotation (RFQ) from the National Park Service for services related to the maintenance and disposal of wastewater and sludge from septic tanks and vault toilets located in Big Cypress National Preserve. The procurement is designated as a Total Small Business set aside, with the relevant North American Industry Classification System (NAICS) code 562991. The anticipated period of performance starts from June 2025 for the base year, extending through June 2030 with up to four option years. Contractors must provide comprehensive services including pumping, transporting, and disposing of wastewater/sludge in compliance with regulatory standards. The award will be based on technical capability, past performance, and price, with the goal of selecting the most advantageous offer for the government. All interested vendors must be registered in the System for Award Management and must submit their quotes by June 6, 2025. The document emphasizes adherence to various federal regulations and contract provisions to ensure fairness and compliance in the procurement process, highlighting the need for liability insurance and specifying requirements for payment submission via the U.S. Treasury's Invoice Processing Platform.
    The statement of work outlines the requirements for the cyclic pumping of septic systems and vault toilets at Big Cypress National Preserve (BICY). The preserve currently manages 48 septic and vault systems, necessitating pump-out services typically performed on an emergency basis. The selected service provider is tasked with transporting and disposing of wastewater in compliance with all applicable regulations. Key components include a one-year performance period with four optional extensions, compliance with environmental standards, and stipulated response times—12 hours for emergencies and 2 hours for pre-scheduled jobs. The contractor will conduct inspections for leaks and is responsible for documenting pump-out details, including disposal reports. BICY guarantees 12 call-outs each year for pump-outs, with an escort provided for accurate site navigation. Key government contacts are specified for coordination. This procurement reflects the agency's commitment to maintaining environmental compliance while ensuring proper waste management in the preserve, emphasizing both accountability and responsiveness in service delivery.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This 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 visitor centers, with a capacity of up to 60,000 gallons per day. The contract encompasses a comprehensive scope of work, including demolition, civil and landscaping work, and the construction of multiple buildings, with a performance period extending from June 3, 2025, to June 30, 2033. Interested contractors must submit their proposals by January 16, 2026, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    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.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, which involves the construction and rehabilitation of wastewater treatment facilities in Yellowstone National Park. The project aims to replace the existing Grant Village Wastewater Treatment Plant and improve the collection systems in both Grant and Canyon Villages, ensuring compliance with environmental standards and enhancing operational efficiency. This significant infrastructure initiative is valued at over $10 million, with a proposal submission deadline set for January 7, 2026, at 2:00 PM Mountain Time. Interested contractors can reach out to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further details and clarifications.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting quotes for the procurement of a sewage pumping unit. This contract requires the delivery of a specific sewage treatment equipment, with an emphasis on the absolute best delivery due to its high-priority status related to mission-essential equipment for the U.S. Navy. The procurement process includes strict inspection and acceptance criteria, and all contractual documents will be considered issued upon electronic transmission. Interested vendors must submit their quotes by January 7, 2026, and can reach out to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL for further information.
    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.
    Bryan James (Skokomish) Replacement OSS
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses for the Bryan James (Skokomish) Replacement On-Site Septic System project in Mason County, Washington. This procurement involves the installation of a complete septic system, including sewer pipes, septic and pump tanks, effluent transport, and a gravel trench drainfield, while also requiring the abandonment of the existing tank. The project is significant for improving sanitation and public health in the area, with an estimated contract value between $25,000 and $100,000. Interested parties must respond to the Sources Sought notice by 2:00 pm CST on January 5, 2026, and can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.