Bearlodge Vault Toilet Pumping
ID: 1240LP25Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 4Ogden, UT, 844012310, 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
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 7:00 PM UTC
Description

The United States Department of Agriculture, through the Forest Service, is seeking proposals for vault toilet pumping services at various locations within the Black Hills National Forest, specifically in Sundance, Wyoming. The contract will cover a base year from May 1, 2025, to April 30, 2026, with four optional one-year extensions, allowing for continued service until April 30, 2030. This initiative is crucial for maintaining sanitation facilities in national forest areas, enhancing visitor experience, and ensuring environmental health and safety. Interested small business contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact Ismael Sanabria at Ismael.Sanabria@usda.gov.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 4:05 PM UTC
The document outlines a Request for Proposals (RFP) issued by the USDA Forest Service for services related to vault toilet pumping across designated areas within the Bearlodge Ranger District in Sundance, Wyoming. The contract is structured into a base year lasting from May 1, 2025, to April 30, 2026, with four additional one-year option periods, allowing the contractor to continue services until April 30, 2030. Contractors are required to submit bids that encompass all specified tasks, including the removal of waste and recharging toilets with water, along with providing detailed technical capabilities and evidence of past performance on similar projects. Key points include the requirements for the contractor to provide all necessary materials, equipment, and personnel, as well as the importance of adhering to United States Federal Acquisition Regulation (FAR) clauses. Proposals must be submitted electronically by a specified deadline, and the evaluation process will consider technical capability, past performance, and pricing, ultimately awarding the contract based on the best value for the government. This RFP is indicative of federal efforts to maintain sanitation facilities in national forest areas while ensuring compliance with regulatory standards and contributing to environmental health and safety.
Mar 28, 2025, 4:05 PM UTC
The document outlines the locations and mapping for proposed vault toilets at various sites within the Bearlodge area, including Sundance & Reuter Campgrounds, Warren Peak Lookout, and Lytle Junction. It provides detailed layouts, indicating access roads and the proximity of toilet facilities to key landmarks such as campgrounds and trailheads. The maps serve to aid in understanding the distribution and accessibility of these toilet facilities in relation to the regional infrastructure. The goal is to ensure adequate sanitation services are available to enhance visitor experience and protect the environment in forested areas. This initiative is likely tied to broader federal and state efforts seeking to improve recreational infrastructure and environmental stewardship within wilderness areas, thus aligning with government RFPs and grant initiatives aimed at public service enhancement and facility upgrades.
Mar 28, 2025, 4:05 PM UTC
The document provides an updated wage determination under the Service Contract Act by the U.S. Department of Labor, detailing pay rates for various occupations in Wyoming. The key focus is on minimum wage requirements based on contracts signed after January 30, 2022, which must meet or exceed the rates specified in Executive Orders 14026 ($17.75 per hour) or 13658 ($13.30 per hour). The document enumerates various job classifications, their respective wage rates, and benefits, including health and welfare payments and paid sick leave under Executive Order 13706. Each occupation is categorized, with specific wage rates for those requiring fringe benefits, while employees in seasonal recreational roles have different enforcement considerations regarding minimum wages. The conformance process for unlisted job classifications ensures fair compensation reflective of job duties relative to the wage determination. The detailed information aims to guide contractors in compliance with federal employment standards and optimize worker protections, critical for contract management and labor relations in government procurement processes.
Mar 28, 2025, 4:05 PM UTC
The Past Performance Data Sheet serves as a structured format for documenting previous contractual projects undertaken by a company, essential for federal and state contracting processes, including RFPs and grants. It requires comprehensive details for each project, categorized into three separate tables. Each table includes critical elements such as the company name, project title, agency served, contract number, contract type (e.g., fixed price), total contract value, completion dates, and contact information for the contracting officer and project manager. Furthermore, a concise project description is mandated for clarity. This standardized documentation is vital for evaluating a company's experience and reliability in executing government contracts, thereby ensuring transparency and informed decision-making within the procurement process.
Mar 19, 2025, 10:06 PM UTC
The memorandum from the United States Forest Service addresses RFQ 1240LP25Q0014, specifically queries related to the evaluation criteria for a contract concerning Vault Toilet Pumping services. It clarifies that, for this request for quotation, the importance of past performance and price is not weighted differently, meaning both technical factors and past performance are given equal consideration without bias towards either. The document aims to provide clarity to potential contractors regarding evaluation criteria and decision-making processes associated with the procurement. This transparency is essential in the context of government contracting, where understanding the criteria can significantly influence bid submissions and competitive strategies. The official communication is signed by Ismael Sanabria, a Contract Specialist, underscoring the formality and regulatory nature of the correspondence.
Mar 28, 2025, 4:05 PM UTC
The memorandum from the United States Forest Service's Procurement & Property Services addresses questions regarding Request for Quotation (RFQ) 1240LP25Q0014 for Vault Toilet Pumping. Key points include that technical and past performance factors are not weighted, and Block 18a on page 1 may remain blank. Additionally, sections 21 to 24 can also be left blank if a pricing breakdown is attached. Contractors are advised to submit requisite documents, deciding what to submit at their discretion. Both digital and wet signatures are acceptable for page 1. This document aims to clarify submission requirements and procedural aspects for potential contractors participating in the RFQ, ensuring compliance and efficiency in the procurement process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
GAOA Forest Wide Toilet Replacement and Installation
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for the GAOA Forest Wide Toilet Replacement and Installation project, aimed at upgrading restroom facilities across the Beaverhead-Deerlodge National Forest in Montana. This project involves the removal of outdated vault toilets, installation of new Aspen model toilets, and construction of accessible pathways, all while adhering to federal construction specifications and environmental safety standards. The initiative is part of a broader effort to enhance recreational facilities and public health within national forests, with an estimated contract value between $1 million and $5 million. Interested contractors must submit their proposals by May 21, 2025, with work expected to commence by June 1, 2025, and complete by November 1, 2027. For further inquiries, contact Paula Sales at paula.sales@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
Vault Toilet Installation at Modoc NF, Devil’s Garden-Warner Mountain RD
Buyer not available
The U.S. Department of Agriculture's Forest Service is conducting a market survey to identify contractors interested in a project for the installation of vault toilets at Modoc National Forest in California. The project involves the procurement and installation of two single-stall pre-cast concrete vault toilets at designated campgrounds, requiring contractors to provide all necessary labor, materials, equipment, and water, including the use of a crane for installation. This initiative is crucial for enhancing recreational facilities in the area, with an anticipated construction cost ranging from $25,000 to $100,000, and a small business size standard set at $45 million under NAICS code 237990. Interested contractors must submit their capability statements and bonding capacities via email to Richard Ortega at richard.ortega@usda.gov by May 6, 2025, referencing project number 127EAW25Q0003.
Janitorial, Solid Waste Removal, and Ground Maintenance Services for Poteau Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial, solid waste removal, and ground maintenance services at the Poteau Ranger District in Waldron, Arkansas. The contract will cover a five-year period, starting with a base year from May 1, 2025, and includes four optional extension years through December 31, 2029, with specific service requirements such as three-times-weekly janitorial services and bi-annual brush hogging. These services are crucial for maintaining the cleanliness and accessibility of the recreation site, ensuring a pleasant experience for the public. Interested contractors must submit their proposals by April 28, 2025, at 11:00 CT, and can contact John Camacho at john.camacho@usda.gov for further information.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors will be responsible for providing all necessary equipment, trained personnel, and logistics to ensure compliance with federal regulations, including wage determinations, while maintaining operational readiness. This initiative is crucial for ensuring adequate sanitation facilities during emergencies, reflecting the government's commitment to effective resource deployment. Interested vendors must submit their offers by April 28, 2025, with inquiries directed to Dana Price at dana.price2@usda.gov or (202) 205-0913.
Keough Domestic Water Well, Black Hills National Forest, South Dakota
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the construction of the Keough Domestic Water Well located in the Black Hills National Forest, South Dakota. The project entails the construction, development, testing, and disinfection of a new domestic water well, including the installation of a submersible pump and all necessary connections to operationalize the well. This initiative is part of the government's commitment to enhancing water infrastructure in national forests, ensuring compliance with safety and environmental standards. Proposals are due by May 5, 2025, with a performance period from June 30, 2025, to October 28, 2025. Interested contractors can reach out to Holly Hlavac at holly.hlavac@usda.gov or Lucas Dahlman at Lucas.Dahlman@usda.gov for further inquiries.
MBRTB-Yampa Ranger District- Trash Collection Services
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for trash collection services at the Yampa Ranger District within the Medicine Bow-Routt National Forest in Colorado. The contract, which is a single award, firm-fixed price agreement, requires the contractor to provide dumpsters, perform trash collection from designated campgrounds, and adhere to safety and environmental standards, including the use of bear-resistant dumpsters. This initiative is crucial for maintaining cleanliness and ecological integrity in public spaces, particularly in camping areas, and supports community engagement in responsible waste disposal practices. Interested contractors must submit their quotes, including a technical proposal, by following the guidelines outlined in the Request for Quotes documents, with the contract expected to commence on June 1, 2025, and run for a base year with four optional renewal years. For further inquiries, potential bidders can contact Curtis Landreth at curtis.r.landreth@usda.gov.
CON ENG Bearlodge Shop Sewer Repair
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
W--Portable Restrooms & Servicing - BPA Set Up
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) for portable restroom rental and servicing at the Lower Potomac Field Station in Lorton, VA. The contract encompasses a one-year base period with four optional annual extensions, requiring the contractor to provide one portable restroom along with bi-weekly cleaning services, with the possibility of additional short-term rentals as needed. This initiative is crucial for maintaining sanitation at recreational sites managed by BLM, thereby enhancing public health facilities in these areas. Proposals are due by May 2, 2025, and inquiries can be directed to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.
Janitorial Services for the Green Mountain National Forest Rochester RD
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for janitorial services at the Green Mountain National Forest Rochester Ranger District in Vermont. The contract will cover a base year from July 1, 2025, to June 30, 2026, with two optional renewal years, requiring regular cleaning tasks performed bi-weekly and intensive cleaning every six months to maintain hygiene and cleanliness for approximately 30 employees and 20 daily visitors. This procurement emphasizes the importance of maintaining public health and safety through professional janitorial services, utilizing environmentally friendly products as outlined in the USDA BioPreferred Program. Interested small businesses must submit their proposals by May 21, 2025, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.
Chemical Latrines & Pumping
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is seeking quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement includes the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from septic systems and grease traps, with a focus on maintaining environmental compliance and sanitation standards. This contract, which is set aside for small businesses, spans a base period from September 2025 to July 2026, with four additional option years, and requires interested vendors to submit their quotes by May 13, 2025. For further inquiries, potential bidders can contact Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.