SHEN - PORTABLE TOILETS
ID: 140P4225Q0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service, is seeking proposals for portable toilet rental services, including pumping and cleaning, at various locations within Shenandoah National Park in Virginia. The contract will cover a service period from May 1, 2025, to October 31, 2029, with a base year and four option years, requiring the contractor to supply and maintain portable toilets at designated sites such as Old Rag Parking and White Oak Parking. This procurement is crucial for ensuring visitor comfort and public health standards in the park, emphasizing the need for reliable sanitation facilities. Interested small businesses must submit their quotes electronically by April 23, 2025, and can contact Deborah Coles at Debbie_Coles@nps.gov or 540-677-0325 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 6:06 PM UTC
The Shenandoah National Park issued a request for proposals (RFP) regarding Portable Toilet Services, outlining service periods from May 1, 2025, to October 31, 2029, including a base year and four option years. The proposal includes the quantity and type of portable toilets required at various park locations such as Old Rag Parking, White Oak Parking, Beagle Gap Parking, and Post Office Junction. Each location will require a mix of standard and accessible toilets, with specified quantities for each service year. Additionally, service providers must provide emergency pumping services, with separate costs specified for each contract year. The structure of the document emphasizes a recurring need for sanitation facilities in the park, ensuring visitor comfort and public health standards are maintained. The proposal aims to establish a long-term contract with a qualified contractor to meet these essential requirements throughout the stated period.
Mar 27, 2025, 6:06 PM UTC
The document provides a detailed overview of Cedar Creek and Belle Grove National Historical Park and adjacent areas, including various overlooks, entrances, and mile markers along Skyline Drive and Shenandoah National Park. It lists specific elevations and locations of visitor centers, parking areas, and major trails, along with their approximate distances to key cities like Washington, D.C., and Harrisonburg. The content is descriptive and serves as a navigational guide for visitors to the region.
Mar 27, 2025, 6:06 PM UTC
The government solicitation outlines a contract for providing portable toilet facilities and services at Shenandoah National Park. The contractor is responsible for supplying and maintaining units at four designated locations: Old Rag Parking, White Oak Canyon Parking, Post Office Junction, and Beagle Gap Parking. Each unit must meet specific standards, including cleanliness, accessibility, and secure installations. The contractor is tasked with regular servicing—removing waste, replenishing supplies, and ensuring proper sanitation—including emergency services and repairs within 24 hours of notification. The service schedule spans five years, beginning May 1, 2025, with provisions for addition of extra facilities during peak months and holidays. Payment for services will occur monthly via an electronic portal, ensuring the government's oversight in performance. Overall, this solicitation emphasizes the need for reliable, sanitary solutions to enhance visitor experience in the National Park, underscoring the importance of maintaining public health and safety in a natural setting.
Mar 27, 2025, 6:06 PM UTC
The document outlines a Request for Quote (RFQ) by the National Park Service for portable toilet rental services, including pumping, cleaning, and restocking, at various locations within Shenandoah National Park, Virginia. The required performance period extends from May 1, 2025, to October 31, 2029, with various option years for contract renewal. Key points highlight that the RFQ is targeted at small businesses, specifically those classified under NAICS code 562991—Septic Tank and Related Services. Offerors must submit their quotes electronically by April 23, 2025, and must be registered with the System for Award Management (SAM) to be eligible for consideration. Additionally, the document includes detailed submission requirements, emphasizing the importance of compliance with Federal Acquisition Regulations (FAR), and specifies expectations for references from previous similar projects. Insurance coverage and invoicing provisions through the U.S. Department of Treasury's Invoice Processing Platform are also mandated. The structure of the document iteratively discusses the solicitation process, contract terms, performance expectations, and compliance requirements, showcasing the government's intent to engage in an efficient procurement process for essential park services while adhering to regulatory standards.
The document outlines the wage determination for contracts subject to the Service Contract Act, specifying wage rates for various occupations in Virginia, as well as the requirements under Executive Orders 14026 and 13658 regarding minimum wage rates and benefits. It details the minimum wage requirements depending on contract dates and highlights fringe benefits, including health and welfare payments, vacation, and holiday entitlements. Additional points cover employer responsibilities for uniform provisions, hazard pay differentials, and the conformance request process for unlisted classifications.
Mar 27, 2025, 6:06 PM UTC
The "Register of Wage Determinations under the Service Contract Act" outlines minimum wage obligations for contractors in Virginia, specifying that contracts awarded after January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30. It details various occupations, wage rates, and benefits, including health and welfare provisions and paid sick leave under Executive Order 13706. The document also includes guidelines for conformance requests for unlisted job classifications and the process to ensure compliance with wage and hour regulations.
Mar 27, 2025, 6:06 PM UTC
The document outlines wage determinations under the Service Contract Act for contractors in Virginia, specifying minimum wage rates based on contract award dates, with a minimum of $17.75 per hour for contracts awarded after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. It also details fringe benefits, paid sick leave requirements under Executive Order 13706, and provides a comprehensive listing of various occupations with corresponding wage rates and benefits. Finally, it emphasizes the process for classifying new occupations and maintaining compliance with wage determinations.
Lifecycle
Title
Type
SHEN - PORTABLE TOILETS
Currently viewing
Solicitation
Similar Opportunities
S--PORTABLE TOILET RENTAL TO INCLUDE PUMPING, CLEANIN
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for portable toilet rental services, including pumping, cleaning, and restocking, at Gettysburg National Military Park and the Eisenhower National Historic Site in Pennsylvania. The contract period spans from May 16 to November 30, 2025, and includes provisions for standard and ADA-compliant units, with additional requirements for special events such as the Battle of Gettysburg Anniversary and Remembrance Day. This procurement is crucial for ensuring adequate sanitation facilities during significant historical events, enhancing visitor experience and compliance with public health standards. Interested contractors must submit their quotes by April 25, 2025, and must be registered in the System for Award Management (SAM) to qualify for the award; inquiries can be directed to Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
PINN Portable Toilet Rental & Servicing
Buyer not available
The National Park Service (NPS) is seeking quotations for the rental and servicing of portable toilets and wash stations at Pinnacles National Park in California. The procurement includes the provision of four standard toilets, seven ADA-compliant toilets, and three wash stations, with servicing required twice a week from May 1, 2025, to April 30, 2026. This initiative is crucial for maintaining sanitation and enhancing visitor experience at the park, ensuring compliance with health and safety standards. Interested small businesses must submit their quotations, including a completed Standard Form 1449 and relevant experience documentation, by April 15, 2025, and can direct inquiries to Jack Northcutt at JackNorthcutt@nps.gov.
2025 FIRE POTTIES AND HANDWASH STATIONS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the lease or rental of portable toilets and handwashing stations to support fire suppression efforts during the 2025 fire season in Elko, Nevada. The contract, which will run from June 22, 2025, to September 27, 2025, requires the provision of two portable toilets and one hand wash station at three designated locations: Carlin Fire Station, Wells Fire Station, and Wells SEAT Base, with services including cleaning and restocking occurring twice a week. This procurement is crucial for ensuring adequate sanitary facilities for personnel engaged in critical fire operations, while also promoting small business participation through a total small business set-aside. Interested vendors must submit their quotes by April 16, 2025, and can contact Caitlyn Warner at cwarner@blm.gov or by phone at 775-861-6495 for further information.
Vault Toilet Service
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from qualified small businesses for a five-year contract to provide vault toilet pumping services near the Hoover Dam in Boulder City, Nevada. The contractor will be responsible for managing, laboring, and transporting all necessary equipment to pump and maintain seven vault toilets at three designated locations, ensuring they are emptied to capacity and ready for public use, with specific service hours outlined for each site. This contract is crucial for maintaining public sanitation and compliance with health regulations, emphasizing the importance of timely and efficient service. Interested contractors must submit their proposals electronically via SAM.gov by April 21, 2025, with the contract performance period commencing on April 1, 2025, and lasting until April 30, 2030. For further inquiries, contact Gilbert Mincey at gmincey@usbr.gov or call 702-293-8581.
Z--VAULT TOILET PUMPING
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for vault toilet pumping services at the Hungry Horse Visitor Center in Montana. The contract requires the contractor to provide bi-weekly service for four 1,000-gallon vault toilets from May to October and monthly service from November to April, with additional provisions for emergency call-out services. This initiative is crucial for maintaining sanitary facilities for visitors, ensuring compliance with health regulations and environmental standards. Interested contractors must submit their proposals by April 9, 2025, and can direct inquiries to Donald Richer at dricher@usbr.gov.
Portable Toilet Services
Buyer not available
The Department of Defense, specifically the U.S. Army Garrison at Redstone Arsenal, Alabama, is soliciting proposals for Portable Toilet Services under a five-year contract. The contractor will be responsible for providing and maintaining portable sanitary toilets, hand wash stations, and holding tanks, ensuring compliance with federal, state, and local regulations while adhering to a performance-based structure that includes a base year and four one-year options. This service is crucial for maintaining sanitation standards during various events and operations on the military base, particularly in areas lacking permanent facilities. Interested vendors must submit their proposals by the specified deadlines, with questions regarding the solicitation due by April 3, 2025, and can contact Shannon H. Thompson or Cleveland Crutcher for further information.
RFQ - Portable Toilets (Port-a-John) Rental/Service in support of DCARNG Annual Training at Fort Indiantown Gap (FTIG), PA
Buyer not available
The Department of Defense, through the Army National Guard, is seeking quotations for the rental and service of portable toilets (Port-a-Johns) to support the Annual Training at Fort Indiantown Gap, Pennsylvania, scheduled for June 2025. The procurement aims to provide adequate sanitation facilities, including hand sanitizer dispensers, for military personnel during their training exercises, with specific requirements detailing the number of units needed at various training ranges and durations. This initiative underscores the importance of maintaining health standards and supporting military readiness through comprehensive logistical planning. Interested small businesses must submit their quotes by April 14, 2025, and can direct inquiries to LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or by phone at 520-715-2321.
S--SOUTHERN UNITS CUSTODIAL OPERATIONS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide custodial operations for the Chattahoochee River National Recreation Area in Georgia. The contractor will be responsible for all janitorial services, including cleaning restrooms and maintaining surrounding areas, with a contract period from May 1, 2025, to April 30, 2026. This procurement is vital for maintaining cleanliness and safety in a park that attracts approximately 3.3 million visitors annually. Interested contractors must submit their quotations by April 17, 2025, following a mandatory site visit on April 2, 2025, and can direct inquiries to Celinda Hicks at celindahicks@nps.gov or by phone at 470-819-0814.
Sanitation Support at Freedom Range Hawthorne NV May 2025
Buyer not available
The Department of Defense, through the Nevada Army National Guard (NVARNG), is soliciting bids for sanitation support services at Freedom Range in Hawthorne, Nevada, scheduled for May 2025. The procurement requires the provision of ten portable latrines and four handwashing stations, which must be delivered by May 1st and serviced during the training period, with pickups scheduled for May 31st. This initiative is crucial for ensuring adequate sanitation facilities for servicemembers during training exercises, addressing the limitations of existing on-site facilities. Interested contractors must submit their quotes via email to Greg Kothman by April 8, 2025, and comply with federal contracting regulations, including wage determinations for service employees.
Clear Creek District & MBS Vault Toilet Pumping
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking a contractor for vault toilet pumping and maintenance services within the Arapaho & Roosevelt National Forest's Clear Creek Ranger District in Colorado. The contract entails the pumping and disposal of waste from vault toilets and septic tanks at 15 designated recreation sites, with services required from early spring to late fall, and includes provisions for additional services during peak usage periods. This initiative is crucial for maintaining clean and safe facilities for public visitors, thereby enhancing their recreational experience while ensuring ecological integrity. Interested contractors should submit their proposals, including a technical plan and past performance information, by the specified deadlines, and can contact Steve Holly at stephen.holly@usda.gov or 605-681-8883 for further details.