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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    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.