Wastewater Treatment Hauling Services; Jacobs Creek Job Corps Center; Bristol, TN.
ID: 1282A725Q0006Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICELAKEWOOD, CO, 80401, USA

NAICS

Other Waste Collection (562119)

PSC

INSPECTION- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (H345)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Request for Quote (RFQ) for wastewater hauling services at the Jacobs Creek Job Corps Center in Bristol, TN. The solicitation invites contractors to submit proposals for a firm-fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, spanning from December 3, 2024, to December 2, 2029, with specific pricing for each of the five contract years outlined. A site visit is scheduled for October 24, 2024, with proposals due by November 8, 2024, requiring both technical and price proposals, alongside relevant certifications. Key evaluation criteria include the contractor's capabilities, past performance, equipment, and emergency response times, with technical factors being more important than price. The contract mandates compliance with various federal regulations, insurance requirements, and worker safety standards. This procurement reflects the government's ongoing commitment to ensuring proper wastewater management and adherence to environmental standards at its facilities, underscoring the importance of reliable contractor partnerships in public service operations.
    The Jacobs Creek Job Corps Center Wastewater Hauling IDIQ outlines requirements for contractors to provide waste management services, including pumping and hauling sludge and excess influent to prevent overflow, as well as seeding the wastewater treatment plant with municipal wastewater. The estimated annual pumping workload ranges from 100,000 to 2.5 million gallons, with peak volumes typically occurring between September and April due to increased rainfall. The facility employs a Titan Membrane Filtration system that requires routine sludge removal, especially after rainfall or membrane cleaning, and was notably affected by a membrane failure in late 2022. Contractors must adhere to federal, state, and local regulations concerning wastewater disposal, including obtaining necessary permits and providing sampling for state testing. Per gallon pricing is specified, covering all related costs, and contractors must notify the center of haul volumes daily. The document emphasizes compliance with regulations while ensuring efficient and timely service to maintain optimal operations at the treatment plant, reflecting a structured RFP for wastewater management in a government setting.
    The document outlines a federal request for proposal (RFP) concerning hauling services over a five-year period. It specifies the pricing structure for each year, which remains constant at 2,500,000 gallons per year, culminating in a total estimated price of 12,500,000 dollars for the entire duration. The performance period is clearly defined, ranging from December 3, 2024, until December 2, 2029. The document emphasizes the consistency in pricing and the annual requirement for hauling services, indicating structured budgeting for the duration of the contract. Ultimately, this RFP serves to establish a reliable vendor for the necessary hauling services, ensuring that the government can manage logistics effectively over the specified timeframe.
    The Jacobs Creek Job Corps Center is seeking a contractor to manage wastewater hauling services from December 3, 2024, to December 2, 2025. This task order involves the removal of excess influent from its Titan Membrane Filtration plant during routine maintenance and rain events, as well as the transportation of municipal waste for operational efficiency. The anticipated average hauling volume is 10,000 gallons per month, with increased demands during maintenance periods. The contractor is responsible for adhering to regulations for the disposal of sludge and wastewater and must provide samples for state testing. Additionally, the contractor needs to report the volume of wastewater hauled on completion days and include disposal manifests with invoicing. Contact details for key personnel at the Center are provided for coordination purposes. This task order outlines crucial waste management and compliance requirements, emphasizing the importance of environmental safety and regulatory adherence in facility operations.
    The document outlines the pricing structure for Task Order One under a government contract, specifying the period of performance as December 3, 2024, to December 2, 2025. The estimated total price is based on a projection of 2,500,000 gallons, with the requirement that the price per gallon aligns with the proposed IDIQ (Indefinite Delivery Indefinite Quantity) Year One pricing. The summary emphasizes the importance of adhering to this pricing guideline within the context of federal and local government procurement practices, ensuring financial predictability while fulfilling contract obligations. The document’s clear format serves to align expectations and enforce compliance with federal pricing standards, demonstrating the structured approach of government RFPs and grants for maintaining budgetary controls.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing the minimum wage rates and fringe benefits for various occupations in Tennessee and Virginia as of 2024. It outlines the applicability of Executive Orders 14026 and 13658, indicating that contracts awarded after specific dates must comply with the minimum hourly wages of $17.20 or $12.90, respectively. The file lists various occupations with their corresponding wage rates, which vary depending on the skill level and responsibilities required. Notably, workers may also qualify for additional fringe benefits, including health, vacation, and sick leave. The regulations mandate contractors to pay specified health and welfare rates and to comply with uniform allowance standards if applicable. Furthermore, it describes the conformance process for any unlisted job classifications. The document serves as an essential reference for contractors in federal projects, ensuring compliance with wage laws while providing protections for service employees, reinforcing the government's commitment to fair labor practices in public contracts.
    Similar Opportunities
    12905B25Q0005 – Pre-Solicitation for Septic Tank Replacement USDA – Dubois ID
    Active
    Agriculture, Department Of
    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.
    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.
    YOSE 196416 Rehabilitate El Portal Wastewater Trea
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. The project aims to modernize the 45-year-old wastewater treatment facility, which serves the Yosemite Valley and surrounding communities, by replacing outdated systems and enhancing operational capabilities while also rehabilitating the Administrative Camp for use as RV sites for construction workforce housing. This significant infrastructure investment, with an estimated construction cost between $150 million and $200 million, requires adherence to strict safety, environmental, and quality standards, with work expected to commence within 10 days of contract award and completed within 1,460 days. Interested contractors can contact Paula Teague at paulateague@nps.gov for further details and must submit their proposals in accordance with the outlined guidelines.
    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.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is preparing to solicit proposals for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of approximately 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    W912L724Q0500 TULLAHOMA TN LATRINE SERVICE SOL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for a latrine service in Tullahoma, TN. This procurement is a Total Small Business Set-Aside and falls under the lease or rental of equipment-toiletries industry. The contractor will be responsible for providing the necessary resources, management, personnel, materials, transportation, supplies, and equipment for the rental of a specified amount of latrines. The contract includes multiple options for different periods of performance. The solicitation will close on November 17, 2023, and the award will be based on technical acceptability, price, delivery, and past performance. Interested parties should contact Rhonda Lien for more information. The place of performance will be at the Tullahoma Training Site in Tullahoma, TN.
    Chequamegon-Nicolet National Forest - Garbage and Recycling Service for Recreation Sites
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for garbage and recycling services at recreation sites within the Chequamegon-Nicolet National Forest in Wisconsin. The contract requires the collection, disposal, and recycling of solid waste at designated campgrounds, with specific service schedules for Peak, Shoulder, and Off-Season periods, including the provision of bear-resistant dumpsters. This initiative is crucial for maintaining environmental compliance and promoting sustainable waste management practices in national forest recreational areas. Proposals are due by October 18, 2024, with services expected to commence on November 1, 2024, and interested vendors should contact Scott Beeman at scott.beeman@usda.gov for further details.
    WY-SEEDSKADEE NWR-five-year BPA for portable restr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the rental and servicing of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming. The selected contractor will be responsible for delivering, maintaining, and removing various types of portable restroom units, including ADA accessible options, across designated locations within the refuge. This procurement is vital for ensuring that visitors have access to necessary sanitation facilities, thereby supporting the refuge's operational needs and enhancing visitor experience. Interested vendors should submit their proposals electronically, ensuring compliance with federal regulations, and may contact Renee Babineau at reneebabineau@fws.gov or 404-679-7349 for further information.
    J045--Grease Trap Maintenance, Slaisbury VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is seeking proposals from small businesses for grease trap maintenance services at the W.G. Bill Hefner VA Medical Center in Salisbury, NC. The procurement includes regular cleaning, clearing, and repair services for grease traps, adhering to all applicable federal, state, and local regulations, with a contract structure comprising a base year and two optional years, totaling an estimated value of $16.5 million. This service is crucial for maintaining the facility's operational efficiency and compliance with health standards. Interested contractors must submit their proposals between October 9, 2024, and October 23, 2024, and can direct inquiries to Contract Specialist Monique R. Cordero at Monique.Cordero@va.gov.
    Potable Water System Operation, Maintenance, and Testing Services Aerobic System and Back Flow Prevention Testing Services for Town Bluff Dam, Woodville, Texas.
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking a contractor to provide potable water system operation, maintenance, and testing services, including aerobic system and backflow prevention testing for the Town Bluff Dam in Woodville, Texas. The contractor will be responsible for all necessary personnel, equipment, and materials to ensure effective operation and maintenance of the potable water system at designated parks, with services extending to testing and quality control measures. This procurement is crucial for maintaining safe and reliable water systems in the Piney Woods Region, with a contract period spanning from January 1, 2025, to December 31, 2029, including a base year and four option years. Interested small businesses should contact Daisy Ciarlarriello at daisy.ciarlariello@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil for further details, with proposals due around November 14, 2024.