45--Honey Wagon for Crater Lake National Park
ID: 140P8425Q0067Type: Solicitation
AwardedJul 21, 2025
$19.3K$19,275
AwardeePHELPS HONEY WAGON, INC 158 WHISKEY SPRINGS RD Dillsburg PA 17019 USA
Award #:140P8425P0057
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

WASTE DISPOSAL EQUIPMENT (4540)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking quotations from small businesses for a self-contained trailer-mounted septic pumping unit, commonly referred to as a honey wagon, to be delivered to Crater Lake National Park in Oregon. The procurement aims to enhance waste management infrastructure within the park, ensuring compliance with federal standards for maintenance and operational efficiency. The specifications require a newly manufactured unit with specific performance capabilities, including a pump capacity of 50-60 gallons per minute and a tank capacity of 300-350 gallons, with delivery expected within 60 days post-award. Interested vendors should submit their quotations via email to Jack Northcutt at Jack_Northcutt@nps.gov by the specified deadline, with the total contract value estimated at $27,600.

    Point(s) of Contact
    Northcutt, Jack
    Jack_Northcutt@nps.gov
    Files
    Title
    Posted
    The document outlines the specifications for a Sewage Pumper Trailer to be delivered to Crater Lake National Park under RFQ No. 140P8425Q0067. Key requirements include a cast aluminum pump with a capacity of 50-60 gallons per minute, a gas engine of minimum 5.5 HP, and a tank with a capacity of 300-350 gallons made of translucent polyethylene. Additional components include a blue water pump and tank, gravity discharge system, and a 50-60 ft. length of reinforced septic hose. The unit must be new, manufactured in 2024 or 2025, with a tare weight of approximately 1250 lbs. It should feature a single axle, electric brakes, and specific tire dimensions. Delivery is requested 60 days ARO, coordinated with 48 hours' notice, to the specified location at Crater Lake. This procurement document is part of a federal RFP process aimed at acquiring equipment to improve park maintenance and facility operations. The structured details emphasize both functional and technical specifications necessary for vendor compliance.
    This document outlines RFQ No. 140P8425Q0067, which includes detailed instructions regarding Offeror Representations and Certifications pertinent to commercial services and products. The primary focus is on compliance with federal requirements, including representations related to telecommunications services, telecommunications equipment, and compliance with various federal laws. Offerors must complete specified representations based on their business classifications, such as small business, veteran-owned, or women-owned small businesses. Key sections include definitions of terms like "covered telecommunications equipment," instructions for completing annual representations through the System for Award Management (SAM), and certifications regarding compliance with the Buy American Act and matters related to labor standards. Additionally, it specifies procedures for disclosing any identified business operations that could conflict with federal regulations, particularly concerning supply chain security. The document emphasizes the careful adherence to compliance obligations, including the prohibition of contracting with entities utilizing specified telecom services, thereby reinforcing federal standards for securing government contracts. This representation process is vital for ensuring that contractors meet eligibility requirements in the competitive bidding landscape, maintaining security and integrity in federal acquisitions.
    The document outlines the Technical Information Form related to RFQ No. 140P8425Q0066 for procuring a Sewage Pumper Trailer to be delivered to Crater Lake National Park, Oregon. It specifies that quoters must provide essential business details, including their name, address, UEI, phone, and contact information. The delivery timeline is stipulated as within 60 days post-award, and quoters need to indicate their specific lead time required for delivery. Furthermore, the document requests a list of relevant experience and past performance references regarding similar projects. For each reference, quoters are required to provide details such as project title, contract number, owner agency, project value, performance period, and a description of similarity to the current requirement, along with contact information for past performance references. This structured request aims to assess the capabilities and experience of potential vendors in fulfilling the contract, ensuring compliance with government procurement standards and effective service delivery.
    The document outlines the specifications for a Sewage Pumper Trailer intended for Crater Lake National Park as part of RFQ No. 140P8425Q0067. The trailer must feature a cast aluminum pump with a capacity of 50-60 gallons per minute and a gas engine delivering between 5.5 HP and 8.5 HP. The trailer's tank must hold between 300-350 gallons, constructed of translucent polyethylene with specific dimension requirements. Additional features include a blue water pump, discharge system, and a 50-60 ft. sewage hose. The unit must be newly manufactured (2024 or 2025), weighing approximately 1250 lbs, and equipped with electric brakes on a single axle. Delivery to Crater Lake National Park is requested within 60 days of order, coordinated in advance. This procurement serves official park maintenance needs, complies with federal acquisition protocols, and underscores the importance of efficient waste management infrastructure in national parks.
    The document outlines an amendment to solicitation number 140P8425Q0067, issued by the National Park Service (NPS) for a contract modification pertaining to Point Reyes National Seashore in California. Specifically, it details the amendment process and emphasizes the requirements for contractors to acknowledge receipt of this amendment prior to the bid submission deadline. The period of performance for the contract is set from July 17, 2025, to September 15, 2025, with a specific mention of a change to item 00010, involving a trailer-mounted septic pumper and its associated specifications. This amendment highlights the importance of adhering to procedural requirements, such as acknowledging the amendment and the possibility of modifications to previously submitted offers. Ultimately, the document serves as a formal notification of changes to existing solicitation terms, ensuring that all participating contractors are updated and compliant with federal procurement regulations.
    The document outlines a Request for Quotation (RFQ) for a sewage pumper trailer, identified as No. 140P8425Q0067, with a total cost of $27,600. The solicitation is primarily aimed at acquiring commercial products, particularly targeted at small businesses, as indicated by the involvement of various set-aside categories, including support for veteran and women-owned enterprises. The key submission requirements include detailed itemization of quotations, relevant experience, past performance metrics, and adherence to electronic invoicing through the U.S. Department of Treasury’s Invoice Processing Platform (IPP). The contract emphasizes compliance with diverse Federal Acquisition Regulation clauses, highlighting contractor responsibilities, terms and conditions for performance, and payment protocols. The evaluation will focus on price, technical acceptability, relevant experience, and past performance with similar projects. A comprehensive overview of the required forms and documentation for submission is detailed, ensuring quoter awareness of the standards and conduct expected throughout the procurement process. This RFQ process reflects the government's commitment to transparency, responsible fiscal management, and support for small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    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.
    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.
    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.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    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.
    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.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.