Herman Gulch Toilet Replacement in the Arapaho & Roosevelt National Forests & Pawnee National Grassland
ID: 1240LT25R0027Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEArapaho and Roosevelt National ForestFORT COLLINS, CO, 80526, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

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

    The U.S. Department of Agriculture's Forest Service is soliciting bids for the replacement of a vault toilet at the Herman Gulch Trailhead in Colorado's Arapaho & Roosevelt National Forests. The project involves the transportation and installation of a new precast double vault toilet, including site preparation, demolition of existing structures, and installation of safety bollards, all while adhering to ADA standards and environmental regulations. This initiative is crucial for enhancing public restroom facilities at a popular recreation site, ensuring safe and accessible amenities for visitors. Interested small businesses must submit sealed bids by July 21, 2025, with a project budget ranging from $100,000 to $250,000, and can direct inquiries to primary contact Erick Plamann at erick.plamann@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation pertains to the "GAOA CCRD Herman Gulch Toilet Replacement" project, located at the Herman Gulch Trailhead in Colorado. The project involves the transportation, installation, and associated site work for a precast concrete toilet, requiring demolition of existing structures, excavation, backfilling, and installation of related features. The goal is to enhance functional, safe, and compliant restroom facilities according to ADA standards. Interested contractors must submit sealed bids to the USDA by July 21, 2025, with details included in specified attachments. The budget for the project ranges from $100,000 to $250,000 and is exclusively open to small businesses, with a size standard of $45 million. The contractors are required to provide performance and payment bonds, and the project completion is anticipated within 60 days of the notice to proceed. The solicitation outlines submission guidelines, including detailed technical and price proposals, and emphasizes the necessity of maintaining adherence to federal regulations, including the Buy American Act. The document also specifies inspection and acceptance protocols and aims to involve contractors in a competitive bidding process while ensuring transparency and accountability.
    The document is an amendment to a solicitation by the USDA Forest Service regarding contract modifications identified as 1240LT25R0027. The purpose of Amendment A0001 is to update contractors on changes and to post questions and answers relevant to the solicitation. It specifies that contractors must acknowledge receipt of this amendment through various methods prior to the specified deadline to avoid rejection of their offers. All terms and conditions of the existing contractual agreement remain unchanged, ensuring continuity of the contractual obligations. This amendment underscores the meticulous nature of federal contracting processes, highlighting the importance of adherence to specified protocols for submitting offers and communicating changes. Contact information for queries is provided, along with the names of the contracting officer and specialist for clarity in communication.
    The document outlines the Schedule of Items (SOI) for a project involving toilet installation at the Herman Gulch Trailhead within the Arapaho & Roosevelt National Forests and Pawnee National Grassland. The main components include the mobilization of resources, demolition of an old vault and lid, procurement and installation of a double vault toilet, and the furnishing and installation of ten pour-in-place concrete bollards. Each of these items is priced as a lump sum or per unit, with the total quantity specified for the bollards. The documented costs will inform the budgeting and procurement processes related to the trailhead enhancement, emphasizing the government's efforts to provide necessary facilities in natural areas. Overall, the SOI serves as a clear outline of work to be completed, facilitating contractor engagement and project execution.
    The document addresses a project concerning the installation of toilets by the Department of Agriculture, specifically the Forest Service. Key considerations include the preferred installation timing, which is flexible but ideally in the fall, taking into account Colorado's potential weather issues. A critical detail noted is the lead time for procurement of the toilets, which ranges from 120 to 150 days. Furthermore, it confirms the requirement for a bid and performance bond for the project, underscoring standard practices in government contracting. This correspondence reflects necessary planning and compliance steps involved in federal RFP processes to ensure successful project execution.
    The USDA's GAOA Herman Gulch Trailhead Toilet Installation project aims to replace an outdated vault toilet at the Herman Gulch Trailhead in Colorado's Arapaho & Roosevelt National Forests. The scope includes demolishing the existing concrete pad and vault, transporting a new precast double vault toilet to the site, and installing associated site features like concrete bollards, while ensuring compliance with ADA standards. The project is vital as the current facilities are non-functional following damage years ago, which also involves careful disposal of the old components. Contractors are responsible for all required permits, site preparation, and quality control, coordinating with relevant authorities, and maintaining public safety throughout construction. Key deliverables include a detailed schedule and safety plans before commencing work, with a projected timeline from September to October 2025. The project's ultimate goal is to provide safe, sustainable, and accessible restroom facilities for public use at a popular recreation site along I-70.
    The GAOA Herman Gulch Trailhead Toilet Installation project focuses on replacing damaged vault toilets at a heavily used recreation site in the Arapaho & Roosevelt National Forests. Following the removal of the old toilets, the contractor will install new double vault toilet structures, ensuring safe public access while adhering to environmental and safety regulations. Key components of the project include site preparation, waste disposal, and erosion control, with strict measures to protect existing vegetation and ensure site cleanliness throughout construction. The contractor must comply with a detailed specification that outlines requirements for excavation, material usage, and safety protocols. Important elements include the establishment of a construction schedule, public safety measures, and management of materials and waste. The project emphasizes the importance of timely communication and coordination with the Forest Service, ensuring a smooth construction process while maintaining public accessibility. This initiative exemplifies the government’s commitment to enhancing recreational facilities while prioritizing safety and environmental responsibility.
    This document serves as a reference for federal RFPs (Requests for Proposals), federal grants, and state and local RFPs, outlining the processes and requirements involved in securing funding and contracts within governmental sectors. It highlights the importance of compliance with regulatory standards, clear proposal submissions, and the evaluation criteria used by agencies to assess bids. Key points include the necessity of demonstrating capability and expertise relevant to the project's objectives, adhering to timelines, and showcasing fiscal responsibility. This reference material aims to guide potential applicants through the complexities of obtaining public funding, stressing the importance of a thorough preparation and strategic approach in proposal writing. Overall, the document assists stakeholders in understanding the expectations of government entities, ensuring proposals align with funding goals and legal stipulations.
    The document outlines the specifications for the construction and placement of the Double Rocky Mountain with Chase Vault, a precast concrete toilet facility produced by CXT Incorporated. It includes detailed standards for materials, design criteria, and manufacturing processes to ensure durability and compliance with various codes and regulations such as ASTM and ACI. Key aspects include load-bearing capacities (350 lbs/sq ft snow load, 400 lbs/sq ft floor load, and resistance to winds up to 150 mph), installation requirements, and warranties. The manufacturer must be ISO 9001 and PCI certified, demonstrate past performance, and provide engineered drawings. The structure integrates Sweet Smelling Technology to manage waste odor and is designed to uphold ADA accessibility standards. The document emphasizes the importance of quality assurance, maintenance of specifications, and the obligations of both manufacturer and customer during installation and warranty services. This specification is essential for federal, state, and local projects that aim to implement efficient waste management solutions in accessible facilities, aligning with government RFP and grant initiatives.
    The document provides detailed installation instructions for pour-in-place safety bollards, specifically models H-7685, H-7686, H-9089, and H-11158. The procedure begins with determining the desired above-ground height of the bollard, followed by excavating a 20"x20"x20" hole for the below-ground portion to secure the bollard. Concrete with a minimum compression rating of 3,000 psi is then poured into the hole, stopping a few inches before the top. The bollard is set into the concrete, ensuring alignment with a pre-marked ground level, before filling the hole completely and capping the bollard. Safety precautions emphasize avoiding contact with underground utilities during installation, recommending that locations be selected at least three feet away from such lines. This document serves as a practical guideline for contractors and local governments involved in public safety measures, reflecting compliance with safety and installation standards necessary for federal and state projects.
    The Herman Gulch Trailhead Toilet Installation project, located in the Arapaho & Roosevelt National Forests and Pawnee National Grassland, aims to replace an existing vault toilet to enhance visitor facilities. Scheduled for completion by February 2025, the project is under the supervision of the U.S. Department of Agriculture's Forest Service, Rocky Mountain Region. Plans include the construction of a new double vault toilet utilizing the existing vault space and the installation of safety bollards as specified, ensuring compliance with relevant Forest Plans and NEPA documentation. The design stipulates proper drainage to manage runoff, with specific measurements for bollard placement and slope gradients provided. The document includes detailed site plans, elevation views, and specifications that will inform contractors during construction. This initiative reflects the government’s commitment to improving recreational infrastructure within protected lands, promoting both accessibility and environmental stewardship.
    Similar Opportunities
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    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.
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
    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.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.