S--Wastewater Operator Services for Yosemite NP
ID: 140P8525Q0022Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Sewage Treatment Facilities (221320)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 12:00 AM UTC
Description

The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide Wastewater Operator Services at Yosemite National Park. The procurement aims to secure California certified wastewater treatment plant operators for a five-month period, from May 18, 2025, to October 18, 2025, to maintain compliance with federal and state wastewater regulations across three treatment facilities. This contract is crucial for ensuring the effective management of wastewater processes in a national park setting, thereby supporting environmental sustainability and public health. Interested small businesses must submit their quotes by April 23, 2025, at 5 PM Pacific Time, and can direct inquiries to Charlene Flanagan at Charlene_Flanagan@nps.gov or by phone at 209-379-1465.

Point(s) of Contact
Flanagan, Charlene
(209) 379-1465
(307) 344-2104
Charlene_Flanagan@nps.gov
Files
Title
Posted
Apr 18, 2025, 12:08 AM UTC
The document outlines a Request for Proposal (RFP) for contracting California certified wastewater treatment plant operators at Yosemite National Park. The primary objective is to provide operator services for a duration of five months, maintaining three wastewater treatment facilities, which include the El Portal Wastewater Treatment Facility (EPWWTF) and the Wawona Wastewater Treatment Plant (WaWWTP). Both facilities are responsible for ensuring compliance with federal and state wastewater regulations while managing wastewater treatment processes effectively. Key responsibilities of the operators include monitoring systems, maintaining equipment, analyzing wastewater samples, and ensuring adherence to NPDES permit limitations. Candidates need certifications in wastewater and water treatment and must possess specific skills in operating related tools and equipment. The anticipated operational period is from May 18, 2025, to October 18, 2025, with a typical workweek of 40 hours. The contractor is required to provide qualified personnel, adhere to uniform rules, and secure lodging and transportation. Government-provided tools and PPE will assist in operations, with performance evaluation conducted through surveillance inspections to maintain service quality. This RFP reflects the government's initiative to ensure sustainable wastewater management in a national park setting.
Apr 18, 2025, 12:08 AM UTC
Apr 18, 2025, 12:08 AM UTC
The document outlines the requirements for prospective offerors to demonstrate relevant past experience and performance in relation to a specific project, particularly focused on wastewater treatment operator services. It features a structured form that offerors must complete, detailing their previous work with clients, including the project's value, duration, and a brief description of the services provided. The content is organized into two main parts: existing commitments and past performance, where multiple entries can be documented. The form emphasizes that the information should reflect jobs similar in nature and scope performed within the last three years. This approach ensures that offerors present their qualifications robustly, aligned with the evaluation criteria set forth in the Request for Quotation (RFQ) to meet federal, state, and local government standards for contracting opportunities. The objective is to ensure that only qualified suppliers are considered for this important public service project.
Apr 18, 2025, 12:08 AM UTC
The document pertains to a solicitation for Wastewater Treatment Plant Operator Services (Solicitation 140P8225Q0022), which outlines the requirements and specifications for vendors. It is a brand-new contract, with no incumbent or previous contract number. Mandatory certification requirements include California Certified Wastewater Treatment Grade 2, Water Treatment 2, and Water Distribution 1. The contractor must submit resumes for four qualified operators who are expected to work full-time at 40 hours weekly for the entire five-month contract period. The government does not plan to re-compete the contract after this duration. The contractor must provide their own vehicles for site travel, suggesting all-wheel drive due to potential adverse weather conditions. There are 5 lift stations at El Portal and 12 at Wawona, and the document advises referring to the Statement of Work for details regarding the collection system's capacity. Invoicing will be monthly based on total operators, and operators can submit timecards concurrently with invoices for payment processing. The document also outlines procedures for acknowledging solicitation amendments via the SF-30 form. Overall, it clarifies both logistical and operational aspects of the contract, essential for potential bidders.
Apr 18, 2025, 12:08 AM UTC
The document outlines a Request for Proposal (RFP) for contracting California certified wastewater treatment plant operators at Yosemite National Park for up to five months. The objective is to ensure efficient operations of three wastewater treatment facilities, including the El Portal Wastewater Treatment Facility (EPWWTF) and the Wawona Wastewater Treatment Plant (WaWWTP). Key responsibilities include operating and maintaining treatment systems, monitoring equipment, adhering to environmental regulations, and performing necessary repairs. Operators must be skilled and certified, with specific qualifications stipulated. The performance period is from May 18, 2025, to October 18, 2025, requiring four operators who must arrive prepared with required safety gear and transportation. The document emphasizes compliance with operational standards and establishes performance evaluation metrics to ensure the contractor meets defined service levels. This RFP reflects the federal government's initiative to maintain infrastructure and environmental standards within national parks.
Apr 18, 2025, 12:08 AM UTC
Apr 18, 2025, 12:08 AM UTC
The document outlines Amendment 0001 to solicitation number 140P8525Q0022, regarding Wastewater Treatment Operator Services for Yosemite National Park. The amendment corrects the due date for quotes from Friday to Wednesday, maintaining the final submission deadline as April 23, 2025, at 5 PM Pacific Time. The contract involves services related to wastewater treatment, with a performance period scheduled from May 18, 2025, to October 18, 2025. The requirement is further detailed in the Statement of Work. Respondents must acknowledge receipt of the amendment as part of their offers to ensure compliance and prevent rejection. The amendment effectively clarifies contractual obligations and deadlines, reflecting standard procedures for modifications in federal solicitations to ensure transparency and accuracy in the procurement process.
Apr 18, 2025, 12:08 AM UTC
The document outlines Amendment 0002 to Solicitation 140P8525Q0022 for Wastewater Treatment Operator Services at Yosemite National Park. It specifies the procedures for acknowledging receipt of the amendment, emphasizing that failure to confirm by the designated deadline could lead to rejection of offers. Key changes in this amendment include the replacement of Attachment One Scope of Work with a revised version and updates to Page 5 of the solicitation. Additionally, Attachment 5 provides answers to questions posed prior to the amendment. The deadline for quotes remains set for April 23, 2025, at 5 PM (PT), and the performance period is established from May 18, 2025, to October 18, 2025. The document is crucial for contractors to ensure compliance with updated solicitation requirements, reflecting the government's procedural necessities in managing federal contracting processes. Overall, it underscores the importance of amendments in government RFPs to maintain clarity and adherence to guidelines for prospective contractors.
Apr 18, 2025, 12:08 AM UTC
The document outlines the solicitation for Wastewater Treatment Operator Services (Solicitation 140P8525Q0022) intended for Yosemite National Park, with a performance period from May 18, 2025, to October 18, 2025. It emphasizes that the procurement is exclusively set aside for small businesses under the NAICS code 221320, with a size standard of $35 million in annual receipts. The selection process will evaluate bids based on price, technical capability, and prior experience. Offerors must submit their quotes via email to the designated contracting specialist, Charlene Flanagan, ensuring adherence to specific submission requirements, including a checklist and project narrative. The contract will incorporate various federal acquisition regulation clauses, and contractors must comply with electronic invoicing through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). The document elaborates on numerous compliance standards, insurance requirements, and protocols related to bid protests. This solicitation illustrates the government’s commitment to sustainable practices and regulatory compliance in public service procurement while ensuring support for local small businesses.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Yellowstone NP Wastewater Groundwater Monitoring
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for groundwater monitoring services at Yellowstone National Park, specifically near its wastewater treatment plants. The project involves annual monitoring of groundwater and surface water at multiple sites, including Fishing Bridge, Grant Village, Old Faithful, and Madison, with a focus on assessing the impact of wastewater treatment on local water quality. This contract, set aside for small businesses, requires the contractor to monitor 58 well and surface water sites between August 1 and September 30, 2025, with a final report due by February 15, 2026. Interested vendors must submit their proposals, including project narratives and past performance examples, by the specified deadlines, and can direct inquiries to Molly Lynam at MollyLynam@nps.gov.
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
Maintain Wawona Hotel Buildings & Premises
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide maintenance services for the Wawona Hotel buildings and premises located in Yosemite National Park, California. The procurement aims to ensure the preservation and upkeep of this historic site, which includes responsibilities such as structural maintenance, custodial services, groundskeeping, and management of heating, plumbing, and electrical systems. This initiative is vital for maintaining the integrity of a National Historic Landmark while enhancing visitor experiences in the park. Interested parties must submit their quotes by 5:00 PM Pacific Time on June 2, 2025, and may direct inquiries to Lisa Henson at lisahenson@nps.gov.
Olympic National Park REHAB Wastewater Lagoons
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small business contractors for the rehabilitation of the Kalaloch Wastewater Lagoons in Olympic National Park, Washington. The project aims to enhance wastewater management systems, including the installation of new lagoon aerators, effluent monitoring systems, and manual headworks screens, while ensuring minimal disruption to park operations and adherence to environmental protection standards. This initiative is crucial for maintaining the park's infrastructure and safeguarding its natural resources. Proposals are due by May 28, 2025, with an estimated project budget between $1,000,000 and $2,000,000, and interested parties can contact Geraldine Larsen at geraldinelarsen@nps.gov for further information.
Y--REHABILITATE 4 LAZY F RANCH PHASE I GRTE 237343
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the 4 Lazy F Ranch cabins as part of a design/build project at Grand Teton National Park in Wyoming. The project involves installing a new sanitary sewer collection system and a potable water distribution system, with an estimated construction cost between $1 million and $5 million. This initiative is crucial for restoring the water and wastewater systems to support seasonal park housing, ensuring compliance with operational standards and enhancing visitor experience. Interested businesses are encouraged to respond to the Special Notice by May 9, 2025, and can direct inquiries to Jason Longshore at JasonLongshore@nps.gov or by phone at 303-969-2288.
PUMPING NORTH RIM CONCRETE SEPTIC TANK
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide septic tank pumping and inspection services at the North Rim of the Grand Canyon National Park. The contractor will be responsible for all necessary labor, materials, and supervision to perform the pumping service and generate an inspection report, as outlined in the attached scope of services. This service is critical for maintaining the wastewater treatment facilities at the park, ensuring environmental compliance and operational efficiency. Quotations are due by 1:00 PM AZ time on May 22, 2025, with an anticipated award date on or before June 1, 2025. Interested parties should contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294 for further information.
SUMMER PORTABLES FOR GOLDEN GATE NATIONAL RECREATI
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the rental and servicing of portable toilets and hand wash stations within the Golden Gate National Recreation Area in San Francisco, California. The project aims to enhance public access and sanitation during the summer months by installing portable restrooms at designated locations, including the West Bluff, East Beach Picnic Area, and Great Meadows, ensuring compliance with ADA standards. This initiative is crucial for maintaining public health and improving visitor experience in recreational areas during peak usage periods. Interested small businesses must submit their bids electronically by April 29, 2025, with the contract period running from June 30, 2025, to October 31, 2025. For further inquiries, contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
REPLACEMENT OF SEPTIC TANK AT LOST HORSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of a septic tank at the Lost Horse Ranger Station in Joshua Tree National Park. The project involves removing an outdated 1967 septic tank and installing a modern 1,500-gallon system, ensuring compliance with current environmental codes and safety regulations. This initiative is crucial for maintaining the infrastructure of national parks and ensuring the facility's functionality and environmental compliance. Interested small businesses must submit sealed bids by the specified deadline, with a site visit scheduled for April 24, 2025, and the project completion expected within 30 days after the notice to proceed. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
S--Recycling Services for Yellowstone National Park
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for recycling services at Yellowstone National Park, with a contract period starting from June 15, 2025, to June 14, 2026, and options for extensions through June 14, 2030. The contractor will be responsible for monitoring, collecting, transporting, and disposing of recyclables across approximately fifty designated sites within the park, which serves over four million visitors annually. This initiative is crucial for enhancing the park's recycling efforts and ensuring compliance with environmental standards while managing waste effectively. Interested small businesses must submit their proposals, including a detailed project narrative and past performance examples, by the specified deadline, and can direct inquiries to Colton Nelson at coltonnelson@nps.gov or by phone at 720-390-0199.
Z--YOSE, SEKI, and DEPO Flooring IDIQ
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at TimModjeski@nps.gov or by phone at 303-819-9916.