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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting 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 various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    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--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.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    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.