B--NWOD WATER AND WASTEWATER
ID: 140L4325Q0033Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Sewage Treatment Facilities (221320)

PSC

SPECIAL STUDIES/ANALYSIS- WATER QUALITY (B533)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 12:00 AM UTC
Description

The Department of the Interior's Bureau of Land Management (BLM) is seeking proposals for a firm-fixed-price contract related to water testing and wastewater treatment services at the Shotgun Creek Recreation Site in Oregon. The procurement aims to ensure the operation and maintenance of a small sewage treatment facility that utilizes recycled water for irrigation, alongside comprehensive potable water testing at 16 designated locations in Northwest Oregon. This initiative is critical for maintaining environmental standards and public health safety, as it involves compliance with state regulations and the implementation of a Recycled Water Use Plan that emphasizes sustainable waste management practices. Interested parties can contact Kevin Cochran at kjcochran@blm.gov or (503) 808-6739 for further details, with proposals due in accordance with the specified solicitation timeline.

Point(s) of Contact
Files
Title
Posted
The Water Pollution Control Facilities Permit, issued to the USDOI Bureau of Land Management for the Shotgun Creek STP, authorizes the operation of a stabilization lagoon wastewater treatment system in Lane County, Oregon. The permit covers the land application of recycled water, prohibiting discharges into state waters while enforcing strict disposal conditions to prevent environmental impacts. Key monitoring and reporting requirements include regular sampling of influent and effluent parameters, with specified frequencies for parameters like Total Coliform and pH. The permit includes special conditions such as an updated Recycled Water Use Plan submission and contingency plans for spills or emergencies, ensuring compliance with operational standards. The permittee must also employ certified wastewater operators and maintain accurate records of all monitoring activities for at least three years. Overall, the document aims to protect public health and the environment by regulating wastewater disposal and treatment processes while outlining the responsibilities of the permittee. This permit reflects the state’s commitment to maintaining water quality and adherence to environmental regulations.
Apr 9, 2025, 2:08 PM UTC
The U.S. Department of the Interior's Bureau of Land Management (BLM) is implementing a Recycled Water Use Plan (RWUP) for the Shotgun Creek Recreation Site in Oregon, which outlines the operation and management of a small sewage treatment facility utilizing recycled water for irrigation. The treatment system includes collection and treatment components, specifically designed to treat domestic waste, and operates under state regulations (OAR 340-055). The facility aims to beneficially utilize treated wastewater for irrigation of forested areas and ornamental stock, ensuring compliance with Oregon's quality standards. The plan includes monitoring of wastewater quality, operational safety protocols, and detailed maintenance procedures, emphasizing public health and environmental safeguards. Setback distances for irrigation are established to mitigate aerosol drift and potential contamination risks, with regular monitoring and analytical testing of water quality. The RWUP outlines irrigation management rules, crop management considerations, and emphasizes the necessity of proper operation protocols to prevent runoff or groundwater infiltration. The document signifies the BLM's commitment to sustainable waste management and environmental stewardship, balancing recreational use with ecological responsibility, while ensuring compliance with state law. This RWUP serves as a model for future water reuse projects in similar settings to provide operational guidelines and maintain environmental integrity.
The Standard Operating Procedures document for the Shotgun Wastewater Treatment Plant outlines operational practices for wastewater management. Weekly inspections are mandated to identify maintenance needs, aligning with the current Shotgun Wastewater Permit and the Recycled Water Use Plan. Daily operational data must be logged, with service requests from various project proponents, including district engineering, recreation staff, and in emergency situations. Each request must detail the project location and description. An assigned engineer will collaborate with proponents to draft a work statement and assess site conditions to decide if design services should be performed in-house or externally. Contracts under $25,000 are procured locally, while those of $25,000 or more require State Office oversight. This document serves to ensure compliance and effective management of wastewater treatment processes, reflecting adherence to federal and state regulatory standards for environmental safety and operational efficiency.
Apr 9, 2025, 2:08 PM UTC
The file outlines a comprehensive water testing and wastewater treatment program initiated by the Bureau of Land Management for Northwest Oregon. It details a systematic schedule for water sampling at various locations, including Clay Creek, Sharps Creek, and Wildwood Recreation, among others. Testing occurs monthly for most sites, focusing on parameters such as total coliforms, fecal coliforms, nitrates/nitrites, arsenic, lead/copper, sodium, total dissolved solids, and iron. Annual testing is also specified, primarily in May. Each site is systematically recognized by a unique system ID and designated sampling locations, ensuring systematic monitoring of water quality across multiple resources. The program underscores the government’s commitment to maintaining environmental standards and public health safety throughout the region’s water systems, ensuring compliance with regulatory requirements. This initiative reflects a proactive approach in safeguarding water quality, fostering environmental stewardship and enhancing public trust in water safety across Northwest Oregon.
Apr 9, 2025, 2:08 PM UTC
The document appears to be a fragmented file related to government contracting, specifically addressing either federal or local RFPs (Request for Proposals) or grant opportunities. Its main topic revolves around the procedural guidelines and requirements associated with federal and state funding proposals, potentially for environmental assessments, construction, or infrastructural projects. The information likely includes essential components such as eligibility criteria, project scopes, funding amounts, deadlines, and compliance obligations. Key ideas seem to emphasize the importance of adhering to regulatory standards and protocols for financial support. Additionally, it includes references to collaboration among various stakeholders in the project execution phase and underscores the significance of safety, environmental impact assessments, and proper handling of hazardous materials. The content suggests a focus on ensuring that proposed projects meet the necessary requirements for approval and funding. Overall, the document's structure likely serves to guide applicants through the steps necessary to submit robust and compliant proposals that align with federal and state objectives.
The document appears to be a corrupted file that does not convey clear information or context. It lacks readable content, making it impossible to extract a coherent topic, key ideas, or supporting details related to government RFPs, federal grants, or state/local RFPs. Instead of relevant data, it is filled with unintelligible characters and fragmented text, preventing any meaningful analysis or summary. Therefore, no substantive summary can be produced from this document as it stands, indicating potential file damage or encoding issues that need rectification for successful interpretation.
Apr 9, 2025, 2:08 PM UTC
The document discusses the solicitation for proposals and funding opportunities through federal grants and various state and local requests for proposals (RFPs). It emphasizes the importance of compliance with regulations and standards set by government bodies when applying for and administering these grants. The document outlines key considerations for applicants, including project eligibility, funding parameters, and required documentation. It highlights the collaborative nature of the RFP process, where partnerships between local governments, organizations, and federal entities are promoted to achieve community-focused outcomes. Furthermore, the text underscores the significance of transparency in the procurement processes, ensuring fair competition and equitable access to resources. Overall, the document serves as a guide for applicants to navigate the complexities of federal and state funding, fostering accountability, and driving local development initiatives.
Apr 9, 2025, 2:08 PM UTC
The document appears to be heavily corrupted or contains unreadable content, preventing clear extraction of coherent information. Despite this, the context suggests it relates to government RFPs (Request for Proposals), federal grants, and state/local RFPs, focusing on various regulations and requirements associated with these documents. In the realm of government proposals, organizations typically face stringent guidelines for compliance, project specifications, and safety protocols. The intent behind RFPs is to solicit bids from qualified contractors for various projects, emphasizing transparency, competition, and accountability. Additionally, federal grants offer funding opportunities with specific conditions that beneficiaries must meet to ensure proper use of public funds. Due to the corruption within the file, a direct analysis of critical topics, key ideas, and supporting details is unattainable. Nonetheless, it is understood that adherence to regulations and guidelines is vital for the successful implementation of proposals and grants within governmental structures.
Apr 9, 2025, 2:08 PM UTC
The document pertains to an amendment for solicitation number 140L4325Q0033 concerning "Water Testing & Wastewater Treatment." The amendment aims to address questions posed by bidders and provide clarifications regarding the evaluation factors for the proposal. It corrects a previous listing of evaluation criteria, removing "Technical Capability" as a rated factor, and establishes the correct order of evaluation as "Relevant Experience," "Past Performance," "Technical Approach," and "Price." The document also includes responses to inquiries about testing parameters, timeline extensions, project eligibility, and confirms that the solicitation is exclusively for small businesses, emphasizing the urgency tied to the awarding of the contract for necessary wastewater operations at a specific recreation site. This amendment showcases the government's procedural requirements in managing competitive bidding while clarifying terms to facilitate a smoother proposal process.
Apr 9, 2025, 2:08 PM UTC
The document outlines a Request for Proposal (RFP) by the Bureau of Land Management (BLM), Northwest Oregon District, for a firm-fixed-price contract related to water testing and wastewater treatment services. The scope includes the operation and maintenance of a wastewater treatment plant at the Shotgun Creek Recreation Site and potable water testing at 16 locations in the Northwest Oregon District. Key tasks involve executing wastewater treatment operations compliant with established permits and regulations, testing potable water for various contaminants, and conducting regular maintenance and repair tasks. Specific activities include sample collection, analysis following EPA standards, and compliance with water quality regulations. The document emphasizes the importance of obtaining accurate test results from Oregon-accredited labs, prompt notification of any positive contamination results, and adherence to safety protocols during maintenance tasks. Additionally, it specifies routine reporting requirements, such as status updates and mandatory quality control plans to ensure testing reliability. This solicitation serves to strengthen environmental protection measures and public health safety through stringent oversight of wastewater and drinking water systems in compliance with local and federal regulations, showcasing a commitment to maintaining natural resources and public health standards.
Apr 9, 2025, 2:08 PM UTC
The document provides an overview of a government proposal focusing on the management of various projects, including federal and state RFPs (Requests for Proposals) and grants aimed at improving local infrastructure and services. Key areas of interest are the identification of necessary environmental assessments, project feasibility studies, and the involvement of contractors in fulfilling project goals. The document stresses the importance of compliance with regulatory standards, safety measures, and the effective allocation of resources to maximize project outcomes. Furthermore, it highlights the critical role of public participation and transparency in project planning and execution. The overarching aim is to ensure proper management and effective implementation of government-funded initiatives, ensuring they meet community needs while adhering to legal requirements and environmental guidelines.
Lifecycle
Title
Type
NWOD WATER AND WASTEWATER
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
Z--Anwers to questions regarding the solicitation for
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for a five-year Blanket Purchase Agreement (BPA) focused on vault toilet pumping services at three locations near Memorial Bridge Plaza in Boulder City, Nevada. The contract, identified as RFQ No. 140R3025Q0023, requires the contractor to maintain seven vault toilets, ensuring they are pumped and ready for public use, with specific service hours designated for each location. This procurement is critical for maintaining public sanitation and compliance with government regulations, emphasizing the importance of timely and efficient service delivery. Interested contractors must submit their proposals electronically via SAM.gov by April 21, 2025, and can direct inquiries to Gilbert Mincey at gmincey@usbr.gov or by phone at 702-293-8581.
2025 FIRE POTTIES AND HANDWASH STATIONS
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the lease or rental of portable toilets and handwashing stations to support fire suppression efforts during the 2025 fire season in Elko, Nevada. The contract, which will run from June 22, 2025, to September 27, 2025, requires the provision of two portable toilets and one hand wash station at three designated locations: Carlin Fire Station, Wells Fire Station, and Wells SEAT Base, with services including cleaning and restocking occurring twice a week. This procurement is crucial for ensuring adequate sanitary facilities for personnel engaged in critical fire operations, while also promoting small business participation through a total small business set-aside. Interested vendors must submit their quotes by April 16, 2025, and can contact Caitlyn Warner at cwarner@blm.gov or by phone at 775-861-6495 for further information.
BCLH Stewardship IRSC Phase 3
Buyer not available
The U.S. Department of Agriculture, Forest Service is soliciting proposals for the BCLH Stewardship IRSC Phase 3 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead Fires in Marion County, Oregon. The project involves cutting and removing fire-killed timber, managing hazard trees, and performing essential road maintenance and reconstruction tasks to restore access to critical routes while promoting environmental stewardship. This initiative is crucial for enhancing forest health and ensuring safe access to recreational areas, with a contract period extending from March 12, 2025, to October 15, 2029. Interested contractors must submit their proposals, including a bid guarantee, by the specified deadlines, and can contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further information.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
B--VEGETATION SURVEY PROJECTS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Vale Vascular Plant Surveys in Oregon, aimed at conducting comprehensive botanical assessments across approximately 9,671 acres. The primary objectives include identifying and mapping target vascular plant species and noxious weeds while providing detailed ecological descriptions of the surveyed areas, with the performance period set from May 15, 2025, to July 20, 2027. This project underscores the importance of environmental stewardship and the conservation of unique plant habitats, aligning with federal regulations and the inclusion of small businesses in federal contracting opportunities. Interested parties must submit their proposals by May 8, 2025, and direct any inquiries to Linda Neely at lneely@blm.gov or by phone at 458-899-4077.
Y--WRST 248940 - Deficient Water Treatment System
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a deficient water treatment system at the Glennallen Facility within Wrangell St. Elias National Park and Preserve in Alaska. The project involves comprehensive construction activities, including the demolition of the existing facility, construction of a new water treatment building, installation of a new well, and upgrades to water processing systems, all while ensuring minimal disruption to park operations and compliance with federal and state regulations. This initiative underscores the government's commitment to enhancing public infrastructure and environmental stewardship. Interested contractors must submit their proposals by April 23, 2025, at 12:00 pm AKT, and can direct inquiries to Amber Hughes at amberhughes@nps.gov.
Willamette National Forest Vault and Toilet Pumping
Buyer not available
The Department of Agriculture, specifically the Forest Service at Willamette National Forest, is seeking quotations for vault and toilet pumping services as part of a total small business set-aside procurement. This opportunity is categorized under the NAICS code 562991, which pertains to septic tank and related services, and is crucial for maintaining sanitation facilities within the forest area. The solicitation package is expected to be posted on April 25, 2025, and interested vendors should prepare to submit a complete return package to be eligible for award. For further inquiries, potential bidders can contact Jared D Machgan at jared.machgan@usda.gov or by phone at 458-212-6064.
56--Producing aggregate in Mt Ruben quarry, Medford OR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotations from small businesses for the production of aggregate at the Mt. Ruben quarry in Medford, Oregon. The project, identified as Request For Quotation (RFP) No. 140L4325Q0039, involves mobilization, site clearing, and the production of approximately 9,500 cubic yards of crushed aggregate from previously shot rock, with a strong emphasis on adhering to environmental and safety regulations, particularly concerning local wildlife habitats. This initiative not only supports necessary operational tasks on federal land but also underscores the government's commitment to engaging local small businesses in environmentally responsible practices. Interested contractors should contact Benjamin Becker at babecker@blm.gov or call 503-808-6545, with the performance period set from July 15, 2025, to October 31, 2025.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
Y--Roseburg Warehouse Improvements
Buyer not available
The Bureau of Land Management (BLM) within the Department of the Interior is preparing to issue a Request for Proposal for the Roseburg Warehouse Improvements project located in Roseburg, Oregon. This construction contract will involve mobilization, minor demolition, cast-in-place concrete, gypsum board installation, painting, masonry work, ductless mini-split heat pump systems, and electrical requirements, all aimed at enhancing the BLM Roseburg District Office facilities. The project, valued between $100,000 and $200,000, is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a solicitation anticipated to be released around May 1, 2025, and a performance period expected from June to August 2025. Interested parties may direct inquiries to Holand C. Nordholm at hnordholm@blm.gov after the solicitation is issued.