GAOA Columbine Toilet Replacement
ID: 1282B125R0027Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICESan Juan National ForestDURANGO, CO, 81301, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the GAOA Columbine Toilet Replacement project, which involves the demolition of existing vault toilets and the installation of new facilities at three campgrounds in the San Juan National Forest, Colorado. Contractors will be responsible for providing all necessary materials, equipment, and labor to complete the project, which aims to enhance public restroom facilities and reduce maintenance costs. This initiative is part of the Great American Outdoors Act (GAOA) and underscores the government's commitment to improving infrastructure in national parks while supporting small business participation, as the contract is set aside exclusively for small businesses with an estimated budget between $250,000 and $500,000. Proposals are due via email by May 23, 2025, and interested parties can direct inquiries to Erick Plamann at erick.plamann@usda.gov until May 5, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service is issuing a Request for Proposal (RFP) for the GAOA Columbine Toilet Replacement project, requiring contractors to manage the demolition and disposal of existing vault toilets and installation of new vault toilets in the San Juan National Forest. The contractor must supply all necessary materials, equipment, and labor, adhering to the outlined Statement of Work. This project is classified under NAICS 237990 and is set aside exclusively for small businesses, with a budget estimated between $250,000 and $500,000. Proposals are due via email by May 23, 2025, with inquiries accepted until May 5, 2025. The execution period is 60 days after the notice to proceed, and offers must include performance and payment bonds. The scope includes installation at three specified locations, necessitating careful mobilization, demolition, construction, and site restoration. This solicitation underscores the government's commitment to infrastructure improvements while supporting small business participation in federal contracts.
    This document is an amendment to solicitation number 1282B125R0027 issued by the USDA Forest Service, relating to contract modifications. The amendment formally acknowledges changes to the solicitation, specifically providing a Question and Answer (Q&A) attachment to clarify issues raised by potential contractors. It underscores the importance of contractors acknowledging receipt of this amendment through specified methods—either by incorporating the acknowledgment in submitted offers, via separate letters, or electronic communication—prior to the set deadline to avoid rejection of proposals. The document also includes instructions concerning changes to offers already submitted and indicates that all other terms and conditions remain unchanged unless stated otherwise. For any inquiries regarding this solicitation, interested parties are directed to contact the Contracting Specialist, Erick Plamann, at the provided email address. Overall, the amendment ensures clarity and transparency in the solicitation process, facilitating contractor engagement while reinforcing compliance with federal procurement procedures.
    The document outlines a series of cost estimates related to the GAOA Columbine Toilet Replacement project in the San Juan National Forest, set for fiscal year 2025. It includes a schedule of items across three campgrounds: Madden Creek, Miller Creek, and Sig Creek. Each campground consists of four main line items: mobilization, demolition of an existing toilet, supply and delivery of a new single vault toilet with installation, and the construction of a gravel path using 3/4" road base material compacted to a depth of 6 inches. Each item is categorized by pay number and unit cost, though specific costs were not provided in the sample text. The purpose of the document is to facilitate bids and grant funding related to these infrastructure improvements, emphasizing necessary renovations to camping facilities to enhance public services in federal recreational areas.
    The "2025 GAOA Columbine Toilet Replacement" project aims to replace outdated toilet facilities at three campgrounds in the San Juan National Forest, located in La Plata County, Colorado, due to their poor condition and high maintenance costs. The contract scope includes the complete demolition of existing structures at Madden Creek, Miller Creek, and Sig Creek Campgrounds, followed by the installation of new single-vault toilets designed for durability and longevity. The project is scheduled for implementation from June 16 to August 15, 2025. Contractors will mobilize equipment and personnel, remove existing toilets, install new facilities, build compacted gravel paths, and configure site-specific details in coordination with the Contracting Officer’s Representative (COR). The government will provide Yale locks for the new installations. No pre-bid conference will be held, and contractors are responsible for their own utilities and portable restrooms during construction. The initiative demonstrates a commitment to enhancing public facilities and maintaining forest infrastructure under the Great American Outdoors Act (GAOA), reflecting the federal interest in environmental preservation and user access to outdoor spaces.
    The 2025 GAOA Columbine Toilet Replacement Project, initiated by the USDA Forest Service, aims to replace existing vault toilets at Madden Creek, Miller Creek, and Sig Creek Campgrounds within the San Juan National Forest, Colorado. The project outlines travel directions to each campground, providing coordinates and indicating where the current toilets will be removed and replaced. Key project elements include demographic removal of three existing toilets, installation of new toilets meeting specified standards, and compliance with local building codes. Contractors are mandated to carry out site preparations, manage utilities, and prioritize safety across construction operations, including the responsible disposal of waste. Site plans detail the construction of gravel pathways and the orientation of new vault toilets, ensuring proper accessibility and functionality. With the emphasis on environmental considerations and community safety, this initiative reflects the Forest Service's commitment to maintaining public facilities in national parks while enhancing visitor experiences.
    The document outlines the FS Supplemental Specifications for the construction of National Forest System Roads adopted by the US Department of Agriculture's Forest Service. It details terms, definitions, and specifications relevant to contractors engaged in government contracts. Key sections include the terms and definitions of specific construction terminology, bid processes, work scope, material control, work acceptance, and quality control. Noteworthy changes include deletions of certain subsections related to bidding, execution, and measurement, while updates clarify the use of roads by contractors and requirements for material handling. The specifications emphasize adherence to contract requirements and allow contractors to dispute government testing results through an established protocol. Overall, the document serves to standardize construction practices while ensuring compliance with federal regulations, ultimately supporting the effective execution of government contracts in forest projects.
    The document outlines the installation instructions for the Cascadian Vault Restroom system, focusing on measurements, site preparation, and assembly procedures. Key measurements for the vault and building specifications are provided, including dimensions and weights. The installation process emphasizes proper placement to ensure the structure is elevated above natural grade for effective drainage. Detailed excavation, compaction, and backfilling procedures are specified to prepare a stable foundation. Instructions also cover setting up the building, hardware installation for doors and signs, and essential sealing practices to prevent leakage. Additional notes highlight optimal vent stack positioning and the importance of water management within the vault. Overall, the document serves as a comprehensive guide for contractors to ensure efficient and proper installation of the restroom system, aligning with government standards and requirements for public facilities.
    The document outlines the specifications for the construction of precast Cascadian toilet buildings by CXT, Incorporated, emphasizing compliance with various ASTM standards and design criteria appropriate for environmental and structural demands. Key manufacturing criteria include ISO 9001 and PCI certifications, ensuring quality and reliability. The buildings are designed to withstand significant snow, floor, wind, and earthquake loads, incorporating features such as a single vault concrete design and advanced "Sweet Smelling Technology" to address odor issues. Detailed material requirements cover concrete composition, reinforcement standards, and hardware specifications, prioritizing durability and safety. Additionally, it provides guidelines for installation, excavation, backfilling, and finishing. A one-year warranty is included on concrete components, outlining exclusions for misuse or improper installation. Overall, the purpose of this specification document is to guide the procurement of accessible, durable, and environmentally sensitive restroom facilities for various governmental projects, aligning with federal and state mandates.
    The document addresses inquiries related to a federal government's Request for Proposals (RFP) concerning a campground service project. It clarifies that there will not be a site visit as the campground is open and accessible. Additionally, it addresses a question about the lead time for QXT, stating that while it is generally 60 to 90 days, the government is amenable to extending the Period of Performance. The response indicates an understanding of the lead times involved and confirms that the Period of Performance, as noted in Block 11 of the solicitation, is negotiable. This reflects the government's flexibility in accommodating vendor timelines and underscores the overall purpose of the RFP to invite competitive bids while ensuring accessibility and adaptability in project execution.
    Lifecycle
    Title
    Type
    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.
    GAOA Buck Hall Recreation Phase 1 Renovation (SC)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the GAOA Buck Hall Recreation Phase 1 Renovation project in South Carolina. The project aims to reconstruct the Buck Hall Recreation Area's Campground and Day Use Area, which includes replacing critical infrastructure such as the sea wall, bathhouse, toilet building, well house, and various utility systems, as well as reconfiguring the campground loop and improving the boat landing and storm drainage systems. This renovation is vital for restoring recreational facilities heavily impacted by Hurricane Hugo, ensuring compliance with safety and environmental regulations throughout the 18-month contract period. Interested contractors can reach out to Penny Zortman at penny.Zortman@usda.gov for further details, with the RFP solicitation expected to be posted on SAM.GOV in January 2026.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    GAOA Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    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.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    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.
    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.