S--SANTA CRUZ LAKE-DIABLO CANYON VAULT AND SEPTIC PUM
ID: 140L4025Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEW MEXICO STATE OFFICESANTA FE, NM, 87508, 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 Bureau of Land Management (BLM) is seeking proposals for vault and septic pumping services at the Santa Cruz Lake and Diablo Canyon recreation areas in New Mexico. The contract, designated as solicitation number 140L4025Q0023, is a total small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, focusing on past performance and total price. This service is crucial for maintaining sanitary conditions in public amenities, ensuring compliance with safety and environmental regulations. Interested vendors must submit their quotes by August 15, 2025, at 9:00 AM PDT, and can contact Lashondra Hubbard at lhubbard@blm.gov or 520-780-3978 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines the evaluation criteria for awarding a contract on a Lowest Price Technically Acceptable (LPTA) basis. The key factors are Past Performance and Total Price, with non-cost factors weighted equally. Past Performance is rated Acceptable, Neutral, or Unacceptable based on recent and relevant experience, including three references from similar projects within the last three years, previous work for the Department of the Interior, and Contractor Performance Assessment Reporting System reports. Total Price will be evaluated for reasonableness, with options included in the overall cost; unbalanced option prices may lead to an offer being deemed unacceptable. A written notice of award or acceptance forms a binding contract.
    This file pertains to solicitation number 140L4025Q0023 from the Bureau of Land Management (BLM), detailing inquiries regarding a contract opportunity. Key questions address contract incumbents and values, confirming that such information is publicly accessible. Regarding service locations, water hydrants are available at Northshore Santa Cruz Lake, while no water is accessible at the Overlook Campground or Diablo Canyon, necessitating water transportation. A decision on contractor selection is anticipated by June 30, 2025. The document outlines logistics for waste management, indicating septic disposal sites in nearby counties, including facilities operated by the City of Santa Fe. Procedures for trash removal from vaults after septic pumping are also specified, indicating the use of specific tools for efficient cleanup. The document serves as a clarifying resource for potential contractors, outlining key logistics and operational requirements for the upcoming solicited services.
    The Taos Field Office document outlines a price schedule for septic pumping services at various locations within Santa Cruz Lake and Diablo Canyon Recreation Site. It details pricing structures for three contract periods: Base Year, Option Year One, and Option Year Two, each with a total price of $13,000. The schedule specifies the sizes of septic tank systems in gallons, which range from single vaults of 1,000 gallons to dual vaults of 3,000 gallons. Each section includes locations such as the Northshore Boat Dock, Fishing Pier Parking, Campground, and others, all indicating their respective pumping needs. Additionally, there is a section for companies to input their pricing per gallon, with an estimated number of pumpings per year provided for calculation of total yearly costs—although specific figures are currently recorded as $0.00. This document serves as a Request for Proposals (RFP) associated with federal and state/local government procurement. It establishes the basic framework and pricing for contractors to submit their bids for septic pumping services, ensuring compliance with government operations at recreational sites while facilitating transparency and competition in government contracting processes.
    The document is an amendment to a solicitation for the TFO Santa Cruz Lake-Diablo Vault Pumping project, identified as amendment number 0001. Its primary purpose is to address specific questions and provide answers related to the solicitation. The amendment requires contractors to acknowledge receipt of this amendment by one of the stated methods, ensuring that their acknowledgment is submitted before the specified deadline to avoid potential rejection of their offer. Additionally, any changes to existing offers must be communicated via letter or electronic means, also before the deadline. While this amendment introduces some modifications, it clarifies that all other terms and conditions of the original solicitation remain unchanged. Ultimately, the amendment serves to facilitate effective communication and maintain procedural compliance for the procurement process, ensuring that all contractors have access to the necessary information to submit valid offers for the project.
    The document is an amendment to solicitation number 140L4025Q0023 for a contract modification regarding TFO Santa Cruz Lake-Diablo Vault Pumping. The primary purpose of this amendment, designated as 0002, is to extend the submission deadline for offers to June 26, 2025, at 12:00 PM Pacific Time. The amendment outlines necessary actions for contractors to acknowledge receipt, whether through signed copies, separate letters, or electronic communications, stressing that failure to comply may lead to the rejection of offers. All other terms and conditions pertaining to the solicitation remain unchanged. The modification ensures contractors are aware of the new deadline and the required acknowledgment procedures, facilitating proper management of the solicitation process.
    Amendment 0003 to solicitation 140L4025Q0023 for the TFO Santa Cruz Lake-Diablo Vault Pumping project updates the evaluation criteria and extends the offer due date to August 15, 2025, at 9:00 AM PDT. This amendment, issued by BLM NM-STATE OFC-SANTA FE, specifies that offers must acknowledge receipt by completing items 8 and 15 and returning copies, or by separate letter or electronic communication referencing the solicitation and amendment numbers. All other terms and conditions of the original solicitation remain unchanged. Failure to acknowledge receipt by the specified date and time may result in the rejection of the offer.
    The Bureau of Land Management (BLM) is issuing a Request for Quotation (RFQ) for Vault/Septic Pumping Services within the Taos Field Office, New Mexico. This combined synopsis/solicitation (No. 140L4025Q0023) seeks bids under a total small business set-aside, with a firm-fixed-price contract awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes via email by June 20, 2025, with a complete service description outlined in an accompanying Statement of Work. The contractor is required to remove waste from various vault toilets and septic tanks at the Santa Cruz Lake and Diablo Canyon recreation areas, performing the service twice per year. They must adhere to safety and environmental regulations per OSHA and the Environmental Protection Agency, and keep the government informed regarding services and invoice timings. Key deliverables include ensuring waste disposal complies with local regulations and coordinating scheduling of services with project inspectors. The bidding process requires documentation proving technical capabilities, safety plans, and insurance. The successful contractor must also manage employee personnel effectively, with the government responsible for contract compliance and timely payment following job completion. This solicitation emphasizes maintaining public amenities' sanitary conditions while also supporting small business engagement in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    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.
    S--Waste Management Services for Blackfeet Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking to negotiate a sole source contract with the Blackfeet Tribe for Waste Management Services for the Blackfeet Agency. The BIA has determined that the Blackfeet Tribe is the only entity capable of fulfilling the specific requirements outlined in the procurement specifications. This contract is crucial for ensuring effective waste management services within the Blackfeet Agency, which is vital for maintaining environmental standards and community health. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities and specifications by the deadline to the primary contact, Lara Wood, at lara.wood@bia.gov, as the government will consider these responses to assess the feasibility of competitive procurement. The contract will be processed using Simplified Acquisition Procedures (FAR 13) and FAR Part 12, Acquisition of Commercial Items, with no solicitation package available.