SCCAO Bradbury Dam Septic Pumping Services
ID: 140R2025Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Septic Tank and Related Services (562991)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide septic pumping services at the Bradbury Dam Field Office. The procurement involves establishing a Blanket Purchase Agreement (BPA) for the removal and disposal of septic waste, with services required from February 24, 2025, to February 23, 2030, under a total ceiling of $150,000. This initiative is crucial for maintaining environmental health and compliance at federal properties, ensuring effective waste management and supporting sustainable practices. Interested contractors must submit their quotations by February 17, 2025, to the designated contracting officer, Derek Celedon, at dceledon@usbr.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Blanket Purchase Agreement (BPA) for the removal and disposal of septic waste at the Bradbury Dam Field Office. The primary objective is to establish a pricing schedule for the septic removal services as needed over five years, with specific line item numbers (CLIN) designated for each year. The pricing for the septic removal and disposal is to be provided on a per-gallon basis for each year of the agreement. This BPA is part of the federal government's initiative to secure reliable contractor services for maintaining environmental health and compliance at government properties. The document highlights the necessity of regular septic services to ensure proper waste management at the designated location, facilitating effective environmental stewardship and supporting operational efficiency within federal facilities.
    The document outlines a Request for Quotation (RFQ) for a Blanket Purchase Agreement (BPA) to supply septic pumping services at Bradbury Dam, managed by the Bureau of Reclamation. The BPA aims to establish a firm-fixed price agreement with small businesses for efficient waste disposal in compliance with various federal regulations, including DOT and RCRA. The contract supports sustainable management practices while securing necessary personnel and resources for safe septic waste removal. The agreement specifies that the services will be carried out between February 24, 2025, and February 23, 2030, with a total ceiling of $150,000. Contractors must demonstrate compliance with safety regulations and properly licensed equipment. The RFQ requires submissions by February 17, 2025, to the designated contracting officer, Derek Celedon. Key elements also include performance monitoring, payment procedures, and security measures, ensuring oversight and compliance throughout the contract duration. Moreover, the RFQ emphasizes a commitment to empowering small businesses, notably those owned by veterans and disadvantaged groups, reflecting federal initiatives to promote their participation in government contracts.
    The document outlines Wage Determination No. 2015-5647 for contracts governed by the Service Contract Act (SCA) as directed by the U.S. Department of Labor. It mandates minimum wage requirements based on the contract date and applicable executive orders effective in 2022. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour, whereas contracts from January 1, 2015, to January 29, 2022, require a minimum wage of $13.30. The determination incorporates specific wage rates for various occupations in Santa Barbara County, California, detailing rates for administrative, automotive, healthcare, and general service sectors, among others. It emphasizes benefits including health and welfare contributions, vacation, and paid holidays. Contractors must adhere to regulations regarding classifications, job duties, and fringe benefits while complying with federal wage standards. It also outlines a process for adding classifications or adjusting wage rates through conformance requests to ensure equitable compensation. This document is integral to government contracts and grants, ensuring fair pay for labor in compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Charbonneau Park Septic Pump and Inspection
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the maintenance and inspection of septic systems at Charbonneau Park in Burbank, Washington. This procurement aims to address critical maintenance needs due to inadequate past servicing, ensuring compliance with health standards set by the Washington State Department of Health and safeguarding the safety of park visitors. The project involves a one-time service that includes the complete pumping and inspection of two septic tanks, with detailed reports required within 48 hours of task completion. Interested contractors can contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil for further information. This opportunity is set aside for small businesses under the SBA guidelines.
    Philpott Liquid Waste Removal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide liquid waste removal and disposal services at Philpott Lake in Bassett, Virginia. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a one-year base period with four optional 12-month extensions, with a total contract value cap of $30,000. This service is critical for maintaining public health and environmental safety, as it involves the pumping and proper disposal of sewage and septic wastewater from government facilities, adhering to state regulations and safety standards. Interested contractors must submit their quotes and technical proposals electronically by 2:00 PM EDT on March 18, 2025, and can direct inquiries to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    INSPECT AND CLEAN POTABLE WATER TANK
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to inspect and clean a 50,000-gallon potable water tank at Walnut Canyon National Monument in Arizona. The procurement requires bidders to provide all necessary labor, materials, and equipment, with a contract execution timeline set from April 14, 2025, to August 15, 2025. This initiative underscores the importance of maintaining essential infrastructure for public health and safety while supporting small business participation in federal contracting. Interested parties must submit their quotations by March 25, 2025, and can direct inquiries to Dennis Zoltak at denniszoltak@nps.gov or call 720-670-0856.
    REC FACILITY CLEANING CONTRACT
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational facilities across multiple counties in California, specifically Mendocino, Lake, Napa, Yolo, and Colusa. The contract, titled "REC FACILITY CLEANING CONTRACT," will cover a performance period from March 1, 2025, to December 31, 2029, and includes tasks such as cleaning vault toilets, restocking supplies, and trash pickup at various campgrounds and staging areas. This procurement is crucial for maintaining sanitary conditions at public recreation areas, thereby enhancing visitor safety and enjoyment, and is set aside for small businesses under NAICS code 561720. Interested parties must submit their quotations electronically and ensure compliance with federal labor standards, with questions and quotations due by specified deadlines. For further inquiries, contact Gabriel Lange at glange@blm.gov or (720) 916-1632.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.
    Z--SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the inspection and cleaning of a 50,000-gallon potable water tank at Sunset Crater National Monument in Arizona. The project requires contractors to perform thorough inspections using remotely operated vehicles (ROVs) or divers, ensuring compliance with environmental and safety standards, while also providing detailed reports with photographs and recommendations. This initiative underscores the importance of maintaining safe and reliable public water systems, with a total small business set-aside to encourage participation from small enterprises. Interested contractors must submit their quotes by March 14, 2025, and can contact Rebecca Myers at rebeccamyers@nps.gov or 719-715-3625 for further information.
    Toilet Pumping for Stearns Ranger District on Daniel Boone NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for toilet pumping services at the Stearns Ranger District within the Daniel Boone National Forest in Kentucky. The contract encompasses a base year with the option for four additional years, requiring the contractor to provide all necessary equipment, labor, and supervision for the timely removal and proper disposal of waste from vault toilets, while ensuring cleanliness and hygiene standards are met. This procurement is crucial for maintaining public health and safety in recreational areas, enhancing visitor experiences, and supporting environmental stewardship. Interested small businesses must submit their proposals, including a detailed experience questionnaire, by the specified deadline, and can direct inquiries to Molly Sikkink at molly.sikkink@usda.gov.
    S--Sources Sought Synopsis Newton, Provo, PG Dumpster
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking information from potential vendors for garbage and waste collection services at facilities located in Newton, Provo, and Pleasant Grove, Utah. The primary requirements include providing four 4-cubic yard dumpsters at designated sites and conducting regular waste removal services—twice weekly in Provo and once weekly in Newton and Pleasant Grove—while adhering to a consistent schedule, barring any holidays or delays. This Sources Sought Synopsis aims to identify small businesses capable of fulfilling these needs, reflecting the government's commitment to engaging small enterprises in its operational requirements. Interested vendors should submit their responses electronically, including business size and contact information, to Timothy Leff at tleff@usbr.gov by the specified deadlines.