Septic Pumping and Disposal Services- Everglades N
ID: 140P5425Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The National Park Service (NPS) is seeking quotations for septic pumping and disposal services at Everglades National Park through Request for Quotations (RFQ) 140P5425Q0013. The contract aims to streamline the removal of septic wastewater and sludge from 21 septic tanks and two Wastewater Treatment Plants (WWTP), transitioning from emergency services to pre-scheduled requests to enhance efficiency and compliance with environmental regulations. This initiative is crucial for maintaining park infrastructure and ensuring proper waste management practices. Interested vendors must submit their proposals by 5:00 PM EST on March 14, 2025, including the SF18 form, pricing, capability information, and a valid Unique Entity ID (UEI) number, with questions directed to Noelli Medina at Noelli_Medina@nps.gov by March 10, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Everglades National Park (ENP) requires a service provider for the removal of septic wastewater and sludge from 21 septic tanks and two Wastewater Treatment Plants (WWTP) in compliance with local, state, and federal regulations. Currently, the pump-out services are conducted on an emergency basis, which the contract aims to streamline by allowing for pre-scheduled requests. The selected contractor will need to respond within specified timeframes, handle potential spills, and transport waste to the Black Point Wastewater Treatment Center. The performance period for this contract is from March 15, 2025, to March 14, 2026. Key responsibilities include documentation of services provided and timely invoicing within 30 days of the service. The contractor will communicate primarily with designated government representatives and must ensure regulatory compliance, thorough documentation, and proper site inspections to prevent leaks. The outlined work scope aims to enhance efficiency in wastewater management within ENP while adhering to environmental standards, reflecting the government's commitment to maintaining park infrastructure.
    The document appears to involve RFPs and grant opportunities related to environmental management and infrastructure projects within federal and state jurisdictions. It discusses the management and oversight of septic systems at specific locations, such as Shark Valley and North West, caring for natural resources and visitor facilities. The document may outline project specifications, requirements for contractors, and relevant safety regulations, focusing on ensuring compliance with environmental standards and promoting sustainable practices. Essential details likely cover budget considerations, project timelines, and coordination with local authorities or ecosystems. Overall, the aim is to solicit proposals that can effectively address environmental and infrastructural challenges, ensuring both efficiency and safety in operations.
    The document presents the Wage Determination No. 2015-4543 issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage requirements for contractors and subcontractors on service contracts based on Executive Orders 14026 and 13658, effective January 30, 2022. The minimum wage for covered workers varies: $17.75 per hour under EO 14026 for contracts after this date or $13.30 under EO 13658 for contracts awarded between January 1, 2015, and January 29, 2022. Occupational classifications and their corresponding wage rates and fringe benefits for various job titles in Dade County, Florida, are thoroughly detailed. The document also outlines additional contractor responsibilities, including providing paid sick leave and health and welfare benefits. It emphasizes the significance of conformance for unlisted classifications and proper steps for wage determinations. This document serves as a regulatory framework for federal contracts, ensuring fair compensation for service workers while upholding workers' rights and compliance with federal guidelines, specifically aiding those involved in government RFPs and grants.
    The National Park Service (NPS) is issuing Request for Quotations (RFQ) 140P5425Q0013 to procure septic pumping and disposal services at Everglades National Park. This solicitation seeks quotations from responsible sources for a firm-fixed-price contract set to last from March 17, 2025, to March 16, 2026. The proposal encourages small businesses to participate, with bids due by 5:00 PM EST on March 14, 2025. Interested parties must submit completed documentation, including the SF18 form, along with pricing, capability information, and a valid Unique Entity ID (UEI) number. Questions concerning the solicitation should be directed via email by March 10, 2025, and any updates will be posted on SAM.gov. The contract will be evaluated based on pricing, technical capabilities, past performance, and compliance with requirements, including no active exclusions in the System for Award Management (SAM). This initiative reflects the government’s effort to secure vital waste management services while promoting transparency, competition, and small-business engagement in federal contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the inspection and cleaning of a 50,000-gallon elevated potable water tank located at the Sunset Crater National Monument in Arizona. This procurement is a total small business set-aside, encouraging participation from small enterprises, and requires bidders to demonstrate relevant experience, including documentation of three similar past contracts and a safety plan. The services are crucial for maintaining environmental health and safety standards in federal facilities, ensuring compliance with regulations. Interested contractors must submit their quotations by March 14, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
    S--MIMA 2025 APRIL EVENTS PORTABLE TOILETS
    Buyer not available
    The Department of the Interior's National Park Service is seeking a contractor to provide portable toilet and hand wash station rental services for the 2025 Patriot’s Day events at Minute Man National Historical Park. The contract, which spans from April 17 to April 22, 2025, requires the delivery, maintenance, and pickup of 117 standard and 41 ADA-accessible portable toilets, along with 29 hand wash stations, across multiple designated locations within the park. This procurement is crucial for ensuring public health and safety during significant historical events, enhancing the visitor experience while adhering to compliance and safety standards. Interested contractors must submit their proposals by acknowledging the amendment updates and must contact Mari Tolleson at maritolleson@nps.gov or 857-283-4598 for further details.
    MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    SFGO Vault Toilet Pumping Services
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's Utah State Office, is seeking qualified vendors to provide vault toilet pumping services at designated recreation areas in Washington County, Utah. The contract, structured as a total small business set-aside under NAICS Code 562991, requires contractors to maintain and pump 24 vault toilets across 19 sites, ensuring compliance with sanitation standards and proper waste disposal. This service is crucial for maintaining accessibility and sustainability at outdoor recreational sites, enhancing the experience for public users. Quotes are due by March 12, 2025, and interested vendors must be registered with the System for Award Management (SAM) to be eligible; for further inquiries, contact Jessilyn Sanborn at jsanborn@blm.gov or call 303-236-0204.
    Y--EVERGLADES MSD VISITOR CENTER EXHIBITS
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the design, fabrication, and installation of interpretive exhibits at the Marjory Stoneman Douglas Visitor Center in Everglades National Park, Florida. The project aims to create museum-quality exhibits that enhance visitor engagement with the Everglades ecosystem while adhering to accessibility and conservation standards. This initiative is crucial for revitalizing educational resources and improving public access to the park's cultural and ecological heritage. The production budget for this project is set between $220,000 and $230,000, with proposals due electronically by March 19, 2025. Interested bidders can contact Robert Adamson at robertadamson@nps.gov or call 301-502-0076 for further information.
    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.
    820 RHS Grease Trap Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for grease trap pumping services at Nellis Air Force Base, Nevada. The project requires the contractor to provide a pump truck, an operator, jetting equipment with a technician, and waste disposal services for grease traps and manholes around Building 10156, utilizing approximately 3,000 to 4,000 gallons of water for the cleaning process. This service is crucial for maintaining operational efficiency and compliance with environmental and health standards at the facility. Proposals are due by March 11, 2025, and must be submitted electronically; interested vendors can contact Samuel Toledo at samuel.toledo.1@us.af.mil or Katherine R. Miller at katherine.miller.18@us.af.mil for further information.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    W912PP25QA003 Trash Collection, Refuse Hauling and Disposal Services for Cochiti Lake, NM
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for trash collection, refuse hauling, and disposal services at Cochiti Lake, New Mexico, under the contract number W912PP25QA003. The contract requires the contractor to provide all necessary personnel, equipment, and services to maintain cleanliness in public recreation and administrative areas, with a focus on animal-proof receptacles and compliance with environmental regulations. This service is crucial for maintaining public health and safety in recreational areas, with the contract valued at approximately $47 million and a performance period extending from the date of award through December 31, 2029, including four optional extensions. Interested parties must submit their offers by March 13, 2025, at 2:00 PM, and can contact Diana Keeran at diana.m.keeran@usace.army.mil or by phone at 505-342-3263 for further information.