MAINTENANCE OF SEWER LIFT PUMP WET WELLS at the Ma
ID: 140P8625Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide maintenance services for sewer lift pump wet wells at the Maritime Museum Building within the San Francisco Maritime National Historical Park. The project involves servicing four historical lift stations, including vacuuming, cleaning, and inspecting the wet wells, while ensuring minimal disruption to park visitors and compliance with safety regulations, including OSHA standards. This maintenance is crucial for preserving the operational integrity of essential infrastructure within a federally managed historical site. Interested contractors must submit their quotations by February 14, 2025, following a mandatory site visit on February 10, 2025, and can direct inquiries to Michael Gabriel at Michael_Gabriel@nps.gov or by phone at 415-561-4790.

    Point(s) of Contact
    Gabriel, Michael
    (415) 561-4790
    (978) 318-7800
    Michael_Gabriel@nps.gov
    Files
    Title
    Posted
    The Request for Quotation (RFQ) 140P8625Q0015 outlines a maintenance project for the sewer lift pump wet wells at the San Francisco Maritime National Historical Park. The work, which involves servicing four historical lift stations built in 1938, must be executed by a licensed contractor in California. The specified maintenance includes vacuuming, cleaning, and inspecting the wet wells, with the use of a pressure washer to remove debris and waste. Contractors are required to maintain minimal disruption to park visitors and to store materials appropriately. The final inspection will verify the project's completion and deficiencies to be corrected. Communication with designated representatives from the National Park Service (NPS) is crucial for effective coordination throughout the project. Overall, this RFQ emphasizes environmental responsibility and adherence to safety protocols while repairing essential infrastructure in a federally managed historical park.
    The document outlines a contract bid for maintenance work on sewer lift pump wet wells at the Maritime Museum Building in San Francisco. The contractor must provide all labor, equipment, tools, materials, supplies, transportation, and supervision needed for the task. The bid includes pricing elements such as labor and administrative costs, with a requirement to submit detailed pricing for line items, including total and unit prices. Offerors are encouraged to present alternate proposals that could lead to cost savings for the government. The solicitation references specific federal guidelines and emphasizes the importance of compliance with the provided documents. Pricing evaluation will focus on obtaining the best value for the government, and the ability to adjust offers based on total corrections is also mentioned. The contractor's work will be conducted at a defined location, with additional details provided in the accompanying Scope of Work.
    The document outlines specifications and structural plans for the installation of multiple lift stations in a given location, emphasizing careful construction practices to avoid disturbing hazardous materials. It details architectural requirements, including the installation of soundproofing panels and updates to existing door fixtures. Each lift station location is marked, highlighting access points for construction. The plans also reference the need to comply with historical preservation standards and guidelines. Overall, this document serves as a foundational component of an RFP or grant application, focusing on infrastructure improvements while ensuring safety and adherence to regulatory standards. The project aims for efficient construction of lift stations while managing potential environmental hazards and maintaining the integrity of historical structures.
    The document outlines Wage Determination No. 2015-5637 under the Service Contract Act, detailing minimum wage rates and benefits for various occupations in specific California counties (San Francisco and San Mateo). Contractors responding to federal contracts must comply with Executive Orders 14026 and 13658, which set minimum wages at $17.75 and $13.30 per hour, respectively, based on the contract date. The wage determination items include detailed wage rates for various jobs, emphasizing occupational classifications and fringe benefits, such as health and welfare provisions, vacation, and holidays. It clarifies conditions for compliance with paid sick leave under Executive Order 13706 and establishes the process for requesting additional classification and wage rates if needed. Overall, the document serves as an essential resource for contractors, ensuring they adhere to federal wage and benefit regulations while engaging in service contracts influenced by government requisites.
    The document is a questionnaire form provided as part of RFQ - 140P8625Q0015, designed to evaluate an offeror's previous relevant experience and existing commitments in relation to a government project. It requests detailed information about past contracts executed within the last five years, requiring the offeror to list clients, project values, performance periods, and descriptions of project requirements. Each section emphasizes comparing past projects' scope and magnitude to the current requirements, along with challenges faced and solutions implemented. The form comprises two key parts: the existing commitments section and the relevant experience section, which can include multiple past projects. The document concludes with a request for details on the largest contract undertaken within the specified time frame. This structured format aims to ensure offerors provide comprehensive evidence of their qualifications, which is essential in the competitive bidding process for government contracts.
    The document outlines Amendment 01 to Solicitation No. 140P8625Q0015, concerning the "Maintenance of Sewer Lift Pump Wet Wells" at the San Francisco Maritime National Historical Park. The amendment specifies changes to the due date for quotations, set for February 14, 2025, and encourages small businesses to participate. It also provides details about the mandatory site visit on February 10, 2025, and emphasizes that questions regarding the scope of work must be submitted by February 12, 2025. The contract is targeted at small business concerns under NAICS Code 562998, with an anticipated period of performance from March 3, 2025, to June 30, 2025. It aims to award a single Firm-Fixed-Price contract based on criteria including technical capability, past performance, and cost. Furthermore, the contractor must comply with applicable safety and health regulations, particularly OSHA standards, ensuring that work meets the highest safety criteria. Overall, the document serves as an official communication for amendments related to the procurement process, reinforcing the importance of adherence to deadlines and safety standards.
    The document pertains to Request for Quotation (RFQ) 140P8625Q0015, issued by the National Park Service (NPS) for the maintenance of sewer lift pump wet wells at the Maritime Museum Building within the San Francisco Maritime National Historical Park. The solicitation is aimed solely at Small Business concerns, with a response deadline set for February 10, 2025, at 3:00 PM PST. The scope of work includes maintenance duties, licensed contractor requirements, and site visit schedules, emphasizing the importance of adhering to safety regulations, including OSHA standards. The evaluation criteria for contractor proposals will focus on price, relevant experience, past performance, and compliance with contractor licensing. Offerors must be registered in the System for Award Management (SAM) and provide comprehensive documentation, including relevant experience forms and signed acknowledgments of amendments. The contract is expected to be a Firm-Fixed-Price agreement, reflecting a commitment to safety, quality, and thoroughness in preserving historical infrastructure. The overarching goal is to ensure maintenance aligned with the park's operational standards while fostering opportunities for small businesses within the contractual framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting 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 various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.