12905B25Q0005 – Pre-Solicitation for Septic Tank Replacement USDA – Dubois ID
ID: 12905B25Q0005Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Site Preparation Contractors (238910)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking qualified contractors for the replacement of an aging septic tank at its facility in Dubois, Idaho. The project involves the removal of an old metal septic tank and the installation of a new 1,000-gallon precast concrete tank, including necessary connections to the existing septic line and drainage field, while adhering to local health regulations. This initiative is crucial for maintaining proper waste management systems at federal facilities and ensuring compliance with state and federal codes. The contract, valued at less than $25,000, is set aside for small businesses under NAICS Code 238910, with a completion timeframe of 30 days post-Notice to Proceed. Interested contractors should monitor the SAM.gov website for the Request for Quotation (RFQ) expected to be issued around October 22, 2024, and direct any inquiries to Theodore Blume at Theodore.Blume@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Sheep Experiment Station is soliciting proposals for the replacement of an aging septic tank at their Dubois, Idaho facility. The selected contractor must have a proven track record in installing underground septic systems. The work involves removing the existing faulty metal tank and installing a new 1,000-gallon precast tank, including necessary connections to the current septic line and drainage field. The project requires the contractor to manage tasks such as pumping the existing tank, excavating, disposing of the old tank, and adhering to local health regulations. Additionally, the contractor is expected to ensure the functionality and proper installation of the new system according to state and federal codes and provide a minimum two-year warranty for the work. All work must be completed by December 9, 2024, with safety measures and pre-construction inspections in place to mitigate risks. This project aligns with government standards and highlights the importance of maintaining proper waste management systems at federal facilities.
    The document outlines a collection of federal grants, state and local RFPs (Requests for Proposals), and associated bidding processes. It emphasizes the importance of structured submissions and adherence to stipulated guidelines for applicant organizations seeking funding or support. The proposal process includes critical elements such as project objectives, budgets, timelines, and compliance with regulatory requirements. Key themes include the necessity for detailed and clear project descriptions, the importance of demonstrating capability and experience in the relevant field, and the requirement for financial prudence and transparency in spending. The document also discusses evaluation criteria that will be used to assess submissions, ensuring they align with government priorities and community needs. Overall, it serves as a guide for potential applicants on how to navigate the grant application process effectively while emphasizing the government's commitment to funding initiatives that drive social and economic advancement. It underscores the collaborative environment necessary for successful proposal submissions and the potential impact of these grants on the respective communities.
    The document is a Request for Information (RFI) related to the project titled "Septic Tank Replacement" located in Dubois, Idaho, under the USDA-ARS-PWA. It outlines the procedure for contractors to submit inquiries, emphasizing the importance of referencing specific sections of the solicitation or drawings when posing questions. The document mandates that any queries must adhere to established guidelines for the government to provide a timely response. Communications should include a designated RFI number and be directed to Theodore Blume via email at the USDA. The RFI indicates that any responses to inquiries will be issued through a Solicitation Amendment, and offerors must ensure they retrieve and acknowledge all amendments. The overall purpose of this RFI is to facilitate contractor clarity regarding project requirements and encourage compliance with the submission protocols outlined, ensuring the efficient progression of the project.
    Lifecycle
    Similar Opportunities
    Electrical Upgrades: PROJECT II – Internal Building Transformers and Disconnects (Kimberly, ID)
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the Electrical Upgrades Project II at the Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project involves upgrading the existing electrical system by replacing outdated internal building transformers and disconnect switches, as well as updating associated wiring to enhance safety and functionality while accommodating future facility needs. This initiative is crucial for maintaining operational efficiency and safety standards, as the facility will remain occupied during the construction phase. The anticipated contract, valued between $250,000 and $500,000, is set to be a Total Small Business Set-Aside under NAICS Code 237130, with the Request for Proposal (RFP) expected to be issued around November 1, 2024. Interested parties should monitor the Contracting Opportunities section on https://sam.gov/ for updates and ensure they are registered with the System for Award Management.
    Charbonneau Park Septic Pump and Inspection
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the maintenance and inspection of septic systems at Charbonneau Park in Burbank, Washington. This procurement aims to address critical maintenance needs due to inadequate past servicing, ensuring compliance with health standards set by the Washington State Department of Health and safeguarding the safety of park visitors. The project involves a one-time service that includes the complete pumping and inspection of two septic tanks, with detailed reports required within 48 hours of task completion. Interested contractors can contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil for further information. This opportunity is set aside for small businesses under the SBA guidelines.
    Wastewater Treatment Hauling Services; Jacobs Creek Job Corps Center; Bristol, TN.
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the USDA Forest Service, is seeking contractors to provide wastewater treatment hauling services for the Jacobs Creek Job Corps Center located in Bristol, Tennessee. The procurement involves a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract, which spans from December 3, 2024, to December 2, 2029, with an estimated annual hauling volume of 2,500,000 gallons. This contract is crucial for maintaining proper wastewater management and environmental compliance at the facility, ensuring efficient operations and adherence to federal regulations. Interested contractors must attend a site visit on October 24, 2024, and submit their proposals by November 8, 2024, with inquiries directed to Gary Durham at gary.durham@usda.gov or Dennis Cantrell at dennis.cantrell@usda.gov.
    Repair of Sodium Hypochlorite Storage Tanks
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    Upgrade Elevated Service and Storage Platforms
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the upgrade of elevated service and storage platforms at the National Bio and Agro-Defense Facility (NBAF) located in Manhattan, Kansas. The project involves the repair, alteration, and addition of existing structures, requiring the contractor to provide all necessary labor, materials, and equipment in accordance with the Statement of Work. This construction project, valued between $1,000,000 and $5,000,000, is critical for enhancing the facility's operational capabilities. The Request for Proposal (RFP), numbered 12805B25R0001, is anticipated to be released around October 31, 2024, and interested parties should monitor sam.gov for updates. For inquiries, potential offerors can contact David Reynolds at david.reynolds2@usda.gov.
    Aboveground/Underground Storage Tank Services at the Watervliet Arsenal, Watervliet NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for Aboveground and Underground Storage Tank Services at the Watervliet Arsenal in New York. The procurement aims to secure maintenance, repair, testing, and inspection services for storage tank systems to ensure compliance with federal and state regulations, with a contract term consisting of a base year and two option years. These services are critical for maintaining operational integrity and environmental compliance at federal installations, particularly concerning hazardous materials. Interested contractors should submit their bids electronically, adhering to the Service Contract Labor Standards WD 15-4143, and can direct inquiries to Amanda Robinson at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    Porta Potty Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Dahlgren, Virginia, is seeking proposals for portable restroom services under Combined Synopsis/Solicitation N0017825Q6608. The procurement involves the weekly cleaning and maintenance of an eight-foot, one-station portable restroom trailer, which will serve approximately ten users daily, and includes tasks such as pumping waste, cleaning the interior, restocking supplies, and filling fresh water. This contract is crucial for ensuring sanitary conditions at the facility and spans a base year with four optional years, with proposals due by October 21, 2024, and an anticipated award date by November 21, 2024. Interested vendors must register in the System for Award Management (SAM) and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of 150 handicap-accessible portable latrines, which must be cleaned and maintained monthly, with additional service available within 72 hours upon request. This procurement is critical for ensuring sanitary facilities at military launch sites, emphasizing compliance with safety, environmental, and operational standards. Interested small businesses must submit their quotes and completed past performance questionnaires by October 22, 2024, at 2:00 p.m. MDT, with an estimated contract value of $9 million over a base year and four optional one-year extensions.
    Air Handler Unit replacement - Wapato, WA
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) is seeking contractors for the replacement of four rooftop air handling units at its facility in Wapato, Washington. The project requires comprehensive services, including the provision of labor, materials, and supervision to ensure the installation of new air handling units that meet current code requirements and the facility's operational needs. This initiative is crucial for maintaining the functionality and efficiency of the mechanical systems essential for the USDA's research operations. Proposals must be submitted electronically by October 15, 2024, with a project budget estimated between $5,000,000 and $10,000,000, and work is expected to commence following a notice to proceed, with a performance period from December 12, 2024, to June 11, 2025. Interested contractors can contact Robert Skipper at robert.skipper@usda.gov or Michael Hassett at michael.hassett@usda.gov for further details.