Lagoon Aeration
ID: 1141206Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC EASTWashington, DC, 202500001, USA

NAICS

Sewage Treatment Facilities (221320)

PSC

QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H146)

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Lagoon Aeration
    Currently viewing
    Presolicitation
    Similar Opportunities
    Toilet Pumping for London Ranger District
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide toilet pumping services for the London Ranger District in Kentucky. The contract involves the maintenance of sanitation facilities, including the pumping, cleaning, and waste disposal from 41 vault toilets, with a requirement for service completion within 48 hours of notification. This initiative is crucial for ensuring public health and environmental compliance in recreational areas, reflecting the government's commitment to maintaining service quality in national forests. Interested contractors should contact Molly Sikkink at molly.sikkink@usda.gov or call 612-474-4360 for further details, with the contract period set from April 1, 2025, to March 31, 2030.
    AMD 0001 GRO Multiple Building Roof Replacement
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the AMD 0001 GRO Multiple Building Roof Replacement project at the Great Onyx Job Corps Civilian Conservation Center in Mammoth Cave, Kentucky. This initiative involves the complete replacement of roofs on four designated buildings, including the Administrative building and two dormitories, with a focus on installing standing seam metal roofs and associated components such as gutters and downspouts. The project is crucial for maintaining the integrity and operational efficiency of the facility, with a budget estimated between $250,000 and $500,000 and a performance period from March 17, 2025, to July 28, 2025. Interested contractors must submit their offers by February 27, 2025, and can direct inquiries to Joe Libbey at joe.libbey@usda.gov or Ian Barnes at Ian.Barnes@usda.gov.
    Mowing, Maintenance, Cleaning & Herbicide IDIQ at Carr Creek Lake
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide mowing, maintenance, cleaning, and herbicide application services at Carr Creek Lake in Kentucky. The contract will be awarded as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, with a total estimated budget of $47 million, covering a base period through December 31, 2025, and extending through multiple option years until December 2029. This procurement is crucial for maintaining public recreational areas and ensuring compliance with federal, state, and local regulations while promoting the hiring of U.S. veterans. Interested parties must submit their quotes electronically by March 3, 2025, and can contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or 502-315-6463 for further information.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    Barren River Lake Hydraulic Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $22 million, is set aside for small businesses under NAICS code 561720 and will cover cleaning and maintenance services across various recreational areas, including restrooms, picnic shelters, and playgrounds. The contract's base year is scheduled from April 1, 2025, to March 31, 2026, with options for three additional one-year extensions, and interested contractors must submit their quotes electronically by February 25, 2025. For further inquiries, potential bidders can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213.
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the installation of a new septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside under NAICS code 238910, involves the complete demolition of the existing septic system and the construction of a new system compliant with state regulations, with a budget estimated between $250,000 and $500,000. The initiative aims to enhance recreational facilities and ensure environmental compliance, thereby improving visitor experiences while safeguarding natural resources. Proposals are due by March 7, 2025, at 3:00 PM Mountain Standard Time, and interested contractors must acknowledge receipt of amendments and be registered in the System for Award Management (SAM). For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    MT BAKER RANGER DISTRICT - VAULT TOILET INVENTORY MT BAKER SNOQUALMIE NATIONAL FOREST BPA SET UP
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide vault toilet pumping services for the Mount Baker Ranger District within the Mt Baker-Snoqualmie National Forest in Washington. The procurement involves establishing a Blanket Purchase Agreement (BPA) for services extending from May 1, 2025, to April 30, 2032, with a focus on maintaining outdoor recreational facilities by ensuring proper waste management at various campground locations. Interested vendors must adhere to the NAICS code 562991, with a size standard of $9 million, and are required to submit technical and price proposals by the bid deadline of March 28, 2025. For further inquiries, vendors can contact A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    WEST ZONE MT HOOD NATIONAL FOREST PARENT BPA
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small businesses to provide vault septic pumping services for the Mt. Hood National Forest in Oregon through a Blanket Purchase Agreement. The procurement aims to ensure efficient waste management at various recreational sites, with services required on an as-needed basis from May 1, 2025, to April 30, 2032. This initiative underscores the government's commitment to maintaining public facilities in natural areas while supporting small business participation in federal contracting. Interested offerors must submit their technical and price proposals by February 28, 2025, and can direct inquiries to A Kay Steffey at arlene.steffey@usda.gov or call 208-484-4622.