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
    SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotes for a Blanket Purchase Agreement (BPA) for septic pumping services at the St. Croix National Scenic Riverway in Wisconsin. The procurement aims to ensure the sanitary disposal of waste from various septic facilities over a five-year period, from May 1, 2025, to April 30, 2030, with a total budget not exceeding $45,000. This service is crucial for maintaining environmental standards and visitor safety in national scenic areas, emphasizing the importance of efficient waste management. Interested small businesses must submit their quotes by February 13, 2025, to Adam Kircher at adamkircher@nps.gov, and comply with all relevant federal regulations and requirements outlined in the solicitation documents.
    M--CF - Canyon Ferry Vault Toilet and Sewage Pumping
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is soliciting proposals for the Canyon Ferry Vault Toilet and Sewage Pumping services, designated under Solicitation No. 140R6025Q0011. The contract requires the contractor to provide sewage vault and toilet pumping services across 19 locations within the Canyon Ferry Recreation Area, with a total of 80 pumping instances annually, ensuring compliance with federal sanitation regulations. This service is crucial for maintaining public health and safety at recreational facilities, with a total budget of $77,500 per year for the contract period from April 1, 2025, to March 31, 2026, and options for extensions through March 31, 2029. Interested contractors should contact Michael Hirsch at mhirsch@usbr.gov or call 970-744-2908 for further details, and must submit their proposals by the deadline of February 10, 2025.
    SEPTIC SERVICES BLM COTTONWOOD ID
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for septic services at the Cottonwood Field Office in Idaho, specifically for the period from May 15, 2025, to May 14, 2026. The contractor will be responsible for pumping vault toilets, servicing portable toilets, and maintaining cleanliness at various recreational sites, ensuring compliance with environmental standards and public health regulations. This procurement is crucial for maintaining sanitation facilities in recreational areas along the Lower Salmon River, supporting visitor safety and comfort. Interested small businesses must submit their proposals by February 28, 2025, at 5 PM Eastern time, and can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
    S--BADL Biowaste Vault Pumping Service
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the Badlands National Park Biowaste Vault Pumping Service, aimed at maintaining sanitation facilities within the park. The contract involves providing septic pumping services for 13 vault toilets, with a service frequency of every three weeks over three ordering periods from April 1, 2025, to March 31, 2028. This initiative is crucial for ensuring effective waste management and environmental protection, supporting the park's infrastructure and visitor experience. Interested small businesses must submit their quotes and complete an experience questionnaire by the specified deadlines, with further inquiries directed to Nathan Ziegler at nathanziegler@nps.gov or 605-574-0480.
    W--Vault Toilet Pumping, North Vale, Oregon
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for vault toilet pumping services in North Vale, Oregon, under solicitation number 140L4325Q0010. The contract, which is set to commence on April 1, 2025, and run through March 31, 2026, includes options for four additional years and requires the contractor to manage all labor, materials, and transportation necessary for the pumping services at designated sites. This procurement is vital for maintaining sanitation and public health at recreational areas, ensuring compliance with environmental regulations, and enhancing visitor experiences in the region. Interested contractors, particularly small businesses within the NAICS code 562991, must submit their proposals, including the Offeror Representations and Certifications form, by the specified deadline. For further inquiries, Benjamin Becker can be contacted at babecker@blm.gov or by phone at 503-808-6545.
    1202RZ22Q0002 - I-BPA (Incident-Blanket Purchase Agreement) – Portable Toilets and Handwashing Stations
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for an Incident-Blanket Purchase Agreement (I-BPA) for the provision of portable toilets and handwashing stations across the United States. The objective of this procurement is to secure fully serviced units to support local, regional, and national fire suppression and all-hazard incidents, ensuring compliance with federal, state, and local regulations. This agreement is critical for emergency response efforts, emphasizing sanitation and environmental management during incidents, with a contract period extending from May 1, 2025, to June 30, 2027. Interested vendors must submit their quotes by 14:00 Mountain Time on February 20, 2025, and can contact Kenneth Miller at Kenneth.C.Miller@USDA.gov or 385-441-2764 for further information.
    W--Vault Toilet Pumping, South Vale Oregon
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's Oregon State Office, is soliciting proposals for a firm fixed-price service contract for vault toilet pumping services in South Vale, Oregon. The contract encompasses transportation, labor, materials, and incidentals necessary for vault pumping at multiple recreation sites over a five-year period, from April 1, 2025, to March 31, 2030, including a base year and four option years. This initiative is crucial for maintaining sanitation infrastructure at recreational facilities, ensuring public health and environmental safety. Interested small businesses under the NAICS code 562991, with a size standard of $9 million, must submit their proposals electronically by the specified due dates, and can contact Benjamin Becker at babecker@blm.gov or 503-808-6545 for further information.
    Recreation Vault Pumping Services, NWOR District
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for Recreation Vault Pumping Services in the Northwest Oregon District, specifically to service vault toilets across 34 recreation sites. The contract, effective from March 1, 2025, to February 28, 2030, requires the selected contractor to pump, clean, and maintain vault toilets and holding tanks, ensuring compliance with state and federal waste disposal regulations. This initiative is crucial for maintaining public health and safety in recreational areas, thereby enhancing the usability of Oregon's natural spaces for visitors. Interested contractors can reach out to Kevin Cochran at kjcochran@blm.gov or (503) 808-6739 for further details, with the procurement set aside for small businesses under the SBA guidelines.
    S--BGNDRF Janitorial and Light Maintenance
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified vendors to provide janitorial and light maintenance services for the Brackish Groundwater National Desalination Research Facility (BGNDRF) in Alamogordo, New Mexico. The contract, anticipated to run from March 24, 2025, to March 23, 2030, includes comprehensive cleaning services twice a week for approximately 5,740 square feet of office, laboratory, and restroom spaces, along with additional light maintenance tasks. This procurement is crucial for maintaining high standards of cleanliness and safety at the facility, which supports federal research initiatives. Interested small businesses must submit their capabilities by February 10, 2025, and registration in the System for Award Management is required for eligibility. For further inquiries, vendors can contact Nayda Gonzalez at ngonzalez@usbr.gov.
    S--FI and ECAO Trash / Recycle Services
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for trash and recycling services at the Flatiron Powerplant, Eastern Colorado Area Office (ECAO), and Warehouse located in Loveland, Colorado. The procurement involves the removal of garbage and recycling, including the rental of multiple dumpsters at specified locations, with weekly service occurrences anticipated from October 1, 2025, to September 30, 2026, and options for four additional years. This initiative is crucial for maintaining cleanliness and environmental standards at the facilities, and it aims to assess market capacity for future solicitations, potentially resulting in a set-aside for small businesses. Interested small businesses must submit their capability statements and relevant certifications by February 27, 2025, at 2:00 PM MST, via email to the primary contact, Monte Baird, at MBaird@usbr.gov.