S--BLM-CO SLVFO ZAPATA FALLS TOILET PUMPING
ID: 140L1725Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCOLORADO STATE OFFICELakewood, CO, 80225, USA

NAICS

Septic Tank and Related Services (562991)

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 Bureau of Land Management (BLM), is seeking qualified contractors for the provision of toilet pumping and portable toilet services at Zapata Falls in Colorado. The procurement involves a firm-fixed-price contract for the maintenance and pumping of vault toilets at various recreation sites, with a performance period from September 1, 2025, to August 31, 2030, including four optional renewal years. This service is crucial for maintaining sanitation and public health in high-traffic recreational areas, ensuring compliance with local health regulations and environmental standards. Interested parties must submit their quotes by August 20, 2025, at 7:00 PM Eastern Time, and can direct inquiries to Contract Specialist Courtni Strickland at c1strickland@blm.gov.

    Point(s) of Contact
    Strickland, Courtni
    (303) 916-0211
    (000) 000-0000
    c1strickland@blm.gov
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a contract regarding the pumping of vault toilet restrooms at Zapata Falls and Blanca Wetlands Special Recreation Management Areas, as well as the Lobatos Bridge Recreation Site. This non-personnel service contract entails providing necessary resources for vault pumping and portable toilets to support sanitation during high visitor seasons. The contractor will handle site access, waste removal, and maintenance while adhering to local health regulations. The contract spans one year with four optional renewal years, requiring effective quality control and assurance measures. Key responsibilities include waste transportation to designated facilities, inspections, and timely reporting to ensure compliance with environmental standards. The contractor must maintain a capacity of 50% for vaults at all times and is liable for any unauthorized spillage during waste transport. The document emphasizes essential safety, operational protocols, and the need for the contractor to establish sound procedures for quality and physical security. The role of the Contracting Officer and the need for contractor personnel identification and accountability are also emphasized to ensure clear communication and regulatory adherence. Overall, the contract highlights the government's commitment to maintaining public health and safety in recreational areas.
    The Bureau of Land Management (BLM) outlines seasonal closures and designated travel routes within the Blanca Wetlands area located in Colorado's San Luis Valley. The wetlands undergo a seasonal closure from February 15 to July 15 for ecological preservation, with mechanized closures extending through October 31. The associated map includes various designations, such as open roads, mechanized trails, and foot-only pathways, while indicating that BLM cannot assure public access to all routes. The document serves as a vital resource for public awareness and compliance regarding the use of these lands, emphasizing the importance of respecting designated boundaries and seasonal restrictions. For comprehensive information, stakeholders are encouraged to contact the San Luis Valley Public Lands Center. This document contributes to the broader context of federal land management and environmental stewardship under the regulations governing federal and state RFPs.
    The document outlines various recreational trails and natural features managed by the Bureau of Land Management (BLM) in the San Luis Valley region of Colorado, particularly highlighting trail accessibility and usage seasons. Key areas of interest include the Pronghorn Trail System, which accommodates mechanized travel from May 1 through December 31, and a set of other trails available for foot and horse traffic only. The material serves as a resource for individuals seeking outdoor activities while detailing essential guidelines, such as seasonal restrictions and the types of travel permitted on specific trails. Additional details note significant geographical landmarks, regions, and relevant BLM offices, promoting awareness of public access routes and various outdoor experiences in the area. This information integrates into a broader context of state and federal objectives aimed at facilitating outdoor recreation opportunities, environmental conservation, and land management within the framework of government grants and RFPs, ensuring recreational areas remain accessible and well-maintained for public use. Overall, the document reflects the government's commitment to supporting outdoor recreational activities while emphasizing responsible land use and conservation.
    The document outlines key recreational and ecological areas within the San Luis Valley, particularly focusing on various landscapes such as state parks and wildlife refuges in Colorado and New Mexico. Important sites include the Blanca Wetlands, San Luis Lakes State Park, and Monte Vista National Wildlife Refuge, which offer seasonal openings for public access and recreational activities. Specific trails, wildlife areas, and historic landmarks are detailed, along with their designated usage seasons. The information provided serves to inform potential visitors about access to these natural resources while emphasizing the management of public lands by federal, state, and local agencies. The document reflects the government's initiative to promote outdoor recreation and conservation through well-defined areas for mechanized and non-mechanized travels, maintaining a focus on environmental stewardship within these ecosystems.
    The Zapata Falls Pumping Q&A addresses key questions for a government contract renewal for pumping services, previously held by Brandt's Septic. The government will not provide water, and disposal must comply with CDPHE regulations, requiring contractors to contact local reclamation or treatment plants. While no specific pricing template is provided, contractors are encouraged to detail costs on the SF1449 schedule and use their own estimating sheets. The need for portable toilets and handwash stations is variable, primarily for 4-5 annual volunteer or conservation events occurring between April and November, typically in backcountry or sensitive natural resource areas. This document clarifies essential operational and logistical details for prospective contractors.
    The Q&A Zapata Toilet Pumping document addresses key questions regarding a government contract for toilet pumping services. The primary focus is on the estimated frequency of pumping for various locations, with most vaults, including the Zapata Falls Recreation Area and Lobatos Bridge Vault, requiring annual pumping before the first freeze. Day-use areas may need additional summer pumping, coordinated with the Contracting Officer's Representative (COR). The Blanca Wetlands site is an exception, requiring pumping only every other year. The document also clarifies that trash collection services are not included in this requirement, as a separate contract exists for trash collection at campgrounds. This document, likely part of a federal or state/local RFP, outlines the scope and specific conditions for maintaining toilet facilities.
    This amendment (140L1725Q0024/0001) is for a solicitation by the Bureau of Land Management (BLM) Colorado State Office for toilet pumping and portable toilets at BLM-CO SLVFO Zapata Falls. The key changes include adding a Q&A section and extending the response date for offers from August 14, 2025, to August 15, 2025. The "Date distributed" has also changed from August 1, 2025, to August 12, 2025, and the "Aside" status has changed from "YES" to "NO." The period of performance is from September 1, 2025, to August 31, 2030. All invoices must be submitted via www.ipp.gov with itemized attachments. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment (0002) to Solicitation No. 140L1725Q0024, issued by the Colorado State Office, Denver Federal Center. The primary purpose of this amendment is to extend the response date for offers from August 15, 2025, to August 19, 2025. The solicitation pertains to a requirement for "BLM-CO SLVFO ZAPATA FALLS TOILET PUMPING & PORTABLE TOILETS," indicating a need for toilet pumping and portable toilet services. Additionally, the document updates the "Date distributed" from August 12, 2025, to August 15, 2025, and specifies a Period of Performance from September 1, 2025, to August 31, 2030. No other changes have been made to the original solicitation. The amendment also includes contact information for Courtni Strickland, Chau Nguyen, and Jeffery Covington for inquiries. Offers must acknowledge receipt of this amendment by one of the specified methods prior to the new due date.
    This document is an amendment to Solicitation No. 140L1725Q0024/0003, issued by the Colorado State Office of the Bureau of Land Management (BLM) for toilet pumping and portable toilet services at Zapata Falls. The amendment extends the bid due date from August 19, 2025, to August 20, 2025, and the solicitation due time from 5:00 PM to 7:00 PM. The date distributed also changed from August 15, 2025, to August 19, 2025. It includes answers to questions received regarding the solicitation and specifies the period of performance from September 1, 2025, to August 31, 2030, with option years. The services are categorized under Product/Service Code S205 (HOUSEKEEPING-TRASH/GARBAGE COLLECTION). All other terms and conditions of the original solicitation remain unchanged. The document also provides contact information for the Contract Specialist, Contracting Officer, and COR.
    The document is a Request for Proposal (RFP) pertaining to toilet pumping and portable toilet services for the Zapata Falls area within the BLM-CO San Luis Valley Field Office. The RFP outlines the solicitation number (140L1725Q0024), acceptance details, and specifics of the services to be performed. It includes administrative information such as payment codes, solicitation methods, and applicable North American Industry Classification System (NAICS) codes emphasizing small business concerns. The project spans multiple years, with a performance period from September 1, 2025, to August 31, 2030, including option years for contract extensions. Key contact persons and their details are provided for communication, ensuring contractors have the necessary insight about the project requirements. Furthermore, the document emphasizes compliance with federal regulations, including those related to subcontracting, commercial products, and services, and adherence to safety and labor standards. It mandates electronic invoicing through the U.S. Department of the Treasury’s Invoice Processing Platform. Overall, this solicitation adheres to guidelines for federal procurement, focusing on ensuring quality service delivery and regulatory compliance throughout the contract period.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking 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 septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    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.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing waste disposal, cleaning, and restocking supplies. This initiative is crucial for supporting the operational needs of the 36th Wing and surrounding areas, with call orders issued on an as-needed basis. Interested vendors must submit their quotes by December 10, 2025, and direct any inquiries to TSgt Steven Piper at steven.piper.5@us.af.mil or by phone at 671-689-0808.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    USBP Tucson Sector Portable Restrooms and Maintenance Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide portable restrooms and maintenance services for the Tucson Sector. This procurement aims to ensure the availability and upkeep of sanitation facilities, which are crucial for operational efficiency and hygiene in border enforcement activities. The contract is set aside for small businesses under the SBA guidelines, with the NAICS code 562991 pertaining to septic tank and related services. Interested parties should contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov for further details regarding the solicitation process.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    Portable Toilets - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet and vehicle rental services under the combined synopsis/solicitation RFQ FA441826Q00042 for the PALMETTO REACH project in Saipan and Palau. The procurement requires the delivery and servicing of four portable toilets and two handwashing stations at each location, with services including installation, cleaning, and maintenance from January 14-20, 2026. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and ethical business practices. Interested vendors must submit their quotes by 12:00 PM EST on December 15, 2025, and can contact SrA Levi Mowrey at levi.mowrey@us.af.mil or 843-963-5857 for further details.