WY-SEEDSKADEE NWR-five-year BPA for portable restr
ID: 140FS224Q0305Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the rental and servicing of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming. The selected contractor will be responsible for delivering, maintaining, and removing various types of portable restroom units, including ADA accessible options, across designated locations within the refuge. This procurement is vital for ensuring that visitors have access to necessary sanitation facilities, thereby supporting the refuge's operational needs and enhancing visitor experience. Interested vendors should submit their proposals electronically, ensuring compliance with federal regulations, and may contact Renee Babineau at renee_babineau@fws.gov or 404-679-7349 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Blanket Purchase Agreement (BPA) for the provision of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming for a duration of five years. The selected contractor will be responsible for delivering, servicing, and removing portable toilets across specified locations, including the Dodge Bottom Loop and Lombard Ferry boat ramps. It stipulates requirements such as the acceptance of Government Purchase Cards for transactions under $2,500, and details on billing processes via the Internet Payment Platform for larger purchases. The agreement specifies the types of units needed, including ADA accessible and standard restrooms, along with necessary cleaning and maintenance services. Contractors must offer pricing for rental and servicing frequency, and include comprehensive details on maintenance and product restocking. Evaluation criteria focus on service delivery capability, response times, and pricing structures. The contract is administered by U.S. Fish and Wildlife Service representatives, ensuring compliance with federal, state, and local regulations. Overall, the BPA aims to support the refuge's operational needs by securing reliable restroom facilities for the visiting public.
    The document outlines the Wage Determination No. 2015-5409 from the U.S. Department of Labor, indicating minimum wage rates and fringe benefits for employees under contracts governed by the Service Contract Act in specific Wyoming counties. For contracts effective after January 30, 2022, the minimum wage for federal contractors is $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless a higher rate is specified. The document provides detailed wage rates for various occupations, emphasizing compliance with federal laws regarding worker protections and benefits, including paid sick leave, health and welfare requirements, and paid vacation. It also outlines expectations for contractors concerning employee uniform expenses and specific classifications that may require additional wage rates. The directive aims to ensure fair compensation, adhere to federal wage standards, and protect worker rights in federally contracted jobs, reflecting ongoing government efforts to regulate labor practices effectively. Understanding these requirements is essential for compliance within federal grants and RFPs.
    The document outlines a Request for Quotation (RFQ) concerning a five-year Blanket Purchase Agreement (BPA) for the provision and maintenance of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming. The initiative focuses on delivering various restroom services including ADA accessible units, sanitation refills, and cleaning services. Interested businesses are directed to submit their proposals, ensuring they meet technical requirements and provide comprehensive pricing for the specified services. Key evaluation criteria include technical capacity and pricing, with the government reserving the right to choose proposals based on overall value rather than merely cost. Proposals must be submitted electronically, including mandatory compliance with federal regulations, particularly the Service Contract Labor Standards and other pertinent FAR clauses. This RFQ exemplifies the government's commitment to ensuring access to necessary facilities while adhering to standards for environmental safety and public infrastructure. Overall, it serves as a framework for facilitating private sector contributions to federal services through structured procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IL-CRAB ORCHARD NWR-BPA SETUP- DUMPSTER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to establish a five-year Blanket Purchase Agreement (BPA) for dumpster services at the Crab Orchard National Wildlife Refuge in Southern Illinois. The procurement requires contractors to provide various sizes of dumpsters and regular servicing, with flexibility to adjust services based on the Refuge's needs. This initiative is crucial for maintaining operational efficiency and environmental stewardship within the Refuge. Interested contractors must submit both price and technical proposals by the specified deadline, and for further inquiries, they can contact Renee Babineau at reneebabineau@fws.gov or call 404-679-7349.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract entails providing cleaning services for 150 launch facilities, including the delivery of handicap-accessible latrines and regular maintenance every 30 days, with additional services available upon request within 72 hours. This procurement is critical for maintaining sanitary conditions at military installations, ensuring compliance with safety and environmental standards. Interested vendors must submit their quotes by October 15, 2024, with a total estimated contract value of $9 million, and are encouraged to contact Ms. Karmella Van Stockum or Mr. Arthur Makekau for further details.
    Portable Toilet Services Master Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Portable Toilet Services at Fort Drum, NY. The services include providing portable chemical toilets and wash station set-up, servicing, and relocation as needed at various locations throughout Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC) for calls issued up to $10,000. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    Portable Trailers, Toilets, Sinks & Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the provision and maintenance of portable trailers, toilets, and sinks at Tobyhanna Army Depot in Pennsylvania. The contract encompasses the supply of restroom trailers, portable toilets (including ADA-compliant options), and sinks, with a focus on ensuring cleanliness and maintenance during various events. This procurement is critical for maintaining sanitation standards at military operations and events, emphasizing the need for reliable service delivery. Proposals are due by October 2, 2024, and interested parties should contact Nicole Tokash at nicole.tokash.civ@army.mil or call 570-615-7569 for further information.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    PORTABLE LATRINE SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for Portable Latrine Services at Camp Shelby, Mississippi, under solicitation number W9127Q-24-R-0009. The contract, which is set aside for small businesses, involves the rental, delivery, relocation, service, and repair of portable latrines and hand wash stations over a five-year period starting November 1, 2024. This service is crucial for maintaining sanitary conditions during military training exercises, particularly given the high demand for units during peak training cycles. Interested contractors must submit their proposals by 4:00 P.M. CDT on October 10, 2024, and direct any inquiries to Tina Williams at tina.m.williams150.mil@army.mil or David Oglesby at david.a.oglesby.civ@army.mil.
    Rental of Portable Toilet, Hand Wash Station, Greywater removal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors for the rental of portable toilets, hand wash stations, and greywater removal services at Camp Atterbury and Muscatatuck Urban Training Center in Indiana. The procurement aims to establish a Blanket Purchase Agreement for a period of three to five years, with a requirement for 60 to 70 permanent porta johns at Camp Atterbury and 7 to 22 at MUTC, along with additional a la carte rentals for training events. These services are critical for maintaining hygiene and operational readiness during military training exercises, including the annual "Guardian Response" event, which has previously required significant numbers of portable sanitation units. Interested parties are encouraged to submit a capabilities statement to the primary contacts, Rob Marszalek and Sheri Herrin, via email, with a pre-solicitation notice expected to be published soon.
    Z--Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas, under Solicitation Number 140FGA24R0002. The project aims to enhance outdoor recreational infrastructure, with a focus on improving accessibility and ecological integrity through the replacement and repair of existing structures. This initiative is part of the Great American Outdoors Act, reflecting the federal commitment to maintaining natural habitats while promoting safe public access. Interested contractors must submit their proposals via email by October 11, 2024, with a project magnitude estimated between $500,000 and $1,000,000 and a performance period from October 1, 2024, to March 30, 2025. For further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or call 413-253-8287.
    25--WA Butler Hansen Road Maintainer
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings and hydraulic lift cylinders, to support the maintenance of infrastructure at wildlife refuges. This initiative is part of the FWS's commitment to enhancing operational capabilities while promoting small business participation in federal contracting opportunities. Interested vendors must submit their quotes by October 28, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award, which is anticipated to commence on November 15, 2024, and conclude by February 13, 2025.