S-- VAULT TOILET/SEPTIC PUMPING TAOS FIELD OFFICE
ID: 140L4024Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEW MEXICO STATE OFFICESANTA FE, NM, 87508, 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, Bureau of Land Management, New Mexico State Office has issued a Combined Synopsis/Solicitation notice for the procurement of vault toilet and septic tank pumping services for the Taos Field Office. This procurement is set aside for small businesses and falls under the NAICS code 562991 for Septic Tank and Related Services. The primary contact for this procurement is Deronda Chevannes, who can be reached at dchevannes@blm.gov or 0000000000. The description of the procurement is for the maintenance and pumping of vault toilets and septic tanks at the Taos Field Office.

    Point(s) of Contact
    Chevannes, Deronda
    (000) 000-0000
    (505) 954-2079
    dchevannes@blm.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SANTA CRUZ LAKE-DIABLO CANYON VAULT AND SEPTIC PUM
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for vault and septic pumping services at the Santa Cruz Lake and Diablo Canyon recreation areas in New Mexico. The procurement aims to engage a contractor to perform waste removal services twice a year, ensuring compliance with safety and environmental regulations while maintaining sanitary conditions for public amenities. This total small business set-aside opportunity emphasizes the importance of supporting small businesses in federal contracting and includes a firm-fixed-price contract awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes via email by June 20, 2025, and can contact Lashondra Hubbard at lhubbard@blm.gov or 520-780-3978 for further information.
    KFO WEST VAULT TOLIET PUMPING
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for vault toilet pumping services at public recreation areas in Kane County, Utah, under solicitation number 140L5725Q0040. The contract requires the successful vendor to provide labor, equipment, and materials to pump and maintain up to thirteen vault toilets across seven recreational sites, ensuring compliance with federal and state regulations for waste management. This initiative is crucial for maintaining public health and safety in recreational areas, with services typically required twice annually. Interested small business vendors must submit their quotes by June 23, 2025, and ensure active registration in the System for Award Management (SAM). For further inquiries, contact Mark Renforth at mrenforth@blm.gov or by phone at 334-846-2890.
    Kanab FO West Vault Toilet CLEANING
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from qualified small businesses for the cleaning services of vault toilets at five recreation areas in Utah, under solicitation number 140L5725Q0039. The contract, which spans from September 1, 2025, to August 31, 2030, requires the contractor to provide all necessary labor, supervision, equipment, and materials to maintain cleanliness, including disinfecting toilets, restocking supplies, and ensuring trash-free areas, with a total of 696 cleanings scheduled annually across the designated sites. Interested vendors must be registered with the System for Award Management (SAM) and adhere to specific performance standards, with proposals evaluated based on technical approach, past performance, and pricing. Key deadlines include questions due by June 16, 2025, and quotes due by June 23, 2024; for further inquiries, contact Mark Renforth at mrenforth@blm.gov or 334-846-2890.
    BPA for Latrine and Septic Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Septic Services at Cannon Air Force Base (CAFB) in New Mexico. The procurement aims to establish a reliable service for maintaining portable chemical latrines, hand wash stations, and wastewater pumping, ensuring compliance with federal, state, and local regulations while promoting public health and safety. This opportunity is set aside for small businesses under NAICS code 562991, with proposals due by June 20, 2025, and must include a completed Price List, Technical Capability document, and Offeror Information Document. Interested parties can reach out to primary contact Gaige Macomber at gaige.macomber@us.af.mil or 575-784-6528 for further details.
    W--MRG RM199 PORTABLE TOILET RENTAL
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the rental and servicing of portable toilets and hand wash stations for the Corrales River Mile 199 Project in New Mexico. The contract, anticipated to last 20 months, requires the delivery, setup, maintenance, and removal of portable toilets at designated locations within Bernalillo and Sandoval Counties, ensuring compliance with all federal, state, and local standards. This procurement is crucial for maintaining sanitation and hygiene during government operations at remote project sites, emphasizing the importance of service quality and regulatory adherence. Interested small businesses must submit their proposals by June 16, 2025, and direct inquiries to Nayda Gonzalez at ngonzalez@usbr.gov.
    Septic Pumping
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking quotes for septic pumping services at Pictured Rocks National Lakeshore in Michigan, under solicitation number 140P6425Q0070. The contract, which is a total small business set-aside, will cover the servicing of 21 vault toilets and 12 building septic systems, with a base period from July 1, 2025, to June 30, 2026, and options for four additional years. This service is crucial for maintaining sanitation facilities that support approximately 800,000 annual visitors, ensuring public health and environmental compliance. Interested contractors must submit their quotes by June 18, 2025, via email, and are required to be registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI). For further inquiries, contact Ryan Begany at ryanbegany@nps.gov or call 330-468-2500.
    VAULT TOILET CLEANING. OLYMPIC NATIONAL FOREST AND MT. BAKER-SNOQUALMIE NATIONAL FOREST
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for janitorial services focused on vault toilets located within the Olympic National Forest and the Mt. Baker-Snoqualmie National Forest in Washington State. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and transportation to maintain cleanliness and sanitation at various recreation sites, which include single and multi-stall toilet facilities. This initiative is crucial for ensuring public health and enhancing the outdoor experience for visitors in these popular recreational areas. The contract is set to commence upon award and will run through April 30, 2026, with the possibility of four additional one-year extensions. Interested small businesses should direct inquiries to Contracting Officer Jorge Somoza at jorge.somoza@usda.gov or by phone at 509-423-2224.
    Portable Toilets
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking proposals from small businesses for the rental and servicing of portable toilets and handwash stations. The procurement includes the rental of 40 unisex portable toilets, 4 handwash stations, and 11 executive portable toilets for a one-year term, with options for additional years, emphasizing the government's commitment to facilitating small business participation in federal contracts. This service is crucial for maintaining hygiene and sanitation standards at the Naval Air Warfare Center Weapons Division in China Lake, California. Interested contractors should contact Tabitha Weaver at tabitha.m.weaver3.civ@us.navy.mil or 760-793-3974 for further details, and must acknowledge receipt of the amendment to the solicitation to ensure their offers are considered.
    PORTABLE TOILET SERVICE - BASE +4 YEARS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for portable toilet rental services at Cape Hatteras National Seashore in North Carolina, with a contract duration of one base year and four optional years. The procurement requires the provision of 21 portable toilets, including ten standard units and eleven ADA-compliant units, with service schedules varying by location and season. This initiative is crucial for maintaining public health and accessibility in popular outdoor spaces, ensuring that visitors have access to adequate sanitation facilities. Interested small businesses must submit their quotes by June 20, 2025, with questions due by June 4, 2025; all inquiries and responses should be directed to Marilia Mateo at mariliamateo@nps.gov.
    Woodland Park Work Center Septic Rehabilitation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the rehabilitation of the septic system at the Woodland Park Work Center located in Woodland Park, Colorado. The project encompasses comprehensive wastewater system services, including the management of septic tank pumping and inspection, installation of risers, abandonment of leach fields and piping, and establishment of new systems with necessary components. This total small business set-aside opportunity has an anticipated budget ranging from $100,000 to $250,000, with a firm fixed-price contract to be awarded under Federal Acquisition Regulation Part 15. Interested businesses are encouraged to submit a Statement of Capability to Contract Specialist Erick Plamann at erick.plamann@usda.gov, as the synopsis will be posted for 15 days and further solicitations will be announced on SAM.gov.