SEPTIC SERVICES, Coeur d'Alene ID BLM
ID: 140L2625Q0018Type: Combined Synopsis/Solicitation
AwardedApr 28, 2025
$49.9K$49,870
AwardeeJ.V. ARRHENIUS, INC. 14601 HIGHWAY 5 Saint Maries ID 83861 USA
Award #:140L2625P0042
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The Bureau of Land Management (BLM) in Idaho is seeking quotes for septic services at recreational sites in Coeur d'Alene, with a contract period from May 1, 2025, to April 30, 2028. The contractor will be responsible for pumping vault toilets and holding tanks, ensuring compliance with all applicable regulations, maintaining cleanliness, and using eco-friendly materials. This procurement is crucial for maintaining sanitation and environmental standards in recreational areas, reflecting the government's commitment to public safety and environmental stewardship. Interested small businesses must submit their proposals by April 4, 2025, by noon Eastern Time, and can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to government requests for proposals (RFPs) and grants at federal, state, and local levels, emphasizing the importance of environmental assessment and risk management. It details the requirements for conducting comprehensive evaluations to identify hazardous materials in various facilities. Key points include the necessity for meticulous surveys to detect substances like asbestos, lead, and microbial growth that pose health risks. The RFP emphasizes adherence to safety regulations during assessments and the abatement process, ensuring the protection of workers and the surrounding community. It outlines the protocols for handling, reporting, and mitigating hazardous materials found, presenting guidelines to maintain compliance with legal standards throughout renovation or construction. This information underscores the government's commitment to fostering safe environments while pursuing developmental projects. The document serves as a critical tool for agencies and contractors involved in environmental remediation, ensuring that they are well-prepared to execute their responsibilities effectively.
    The document outlines the bid schedule for septic pumping services at various recreational sites managed by the Bureau of Land Management (BLM) in Coeur d'Alene, Idaho, for the years 2025 through 2029. It specifies the services to be provided, including pumping capacities for single vaults and double vaults, RV holding tanks, and portable tanks. Each service is categorized by site including locations like Blackwell Island, Mica Bay, and Huckleberry Campground. The schedule includes pricing structure requiring contractors to submit unit prices for each service in a format that allows for total cost calculation. The document emphasizes compliance with federal and state bidding processes, indicating that it is part of the RFP (Request for Proposals) system aimed at ensuring competitive contract procurement. The total costs for services over the five years will be compiled at the end of the summary tables, facilitating budget assessments by the BLM. This proposal is critical for maintaining sanitation and environmental standards in recreational areas.
    The Bureau of Land Management's Coeur d’Alene Field Office is seeking a contractor for septic services spanning from May 1, 2025, to April 30, 2028. The contractor must provide labor, materials, and equipment for the pumping of vault toilets and holding tanks at various recreation sites in Idaho, while ensuring compliance with all applicable regulations. Responsibilities include proper waste disposal, maintaining cleanliness, and using eco-friendly materials. The work will occur between 7:00 a.m. and 5:00 p.m. on weekdays, excluding holidays. The contractor must notify the Contracting Officer of any delays and perform regular inspections of facilities. Additionally, they are responsible for addressing safety concerns, minimizing disruptions to the public, and reporting any issues related to site conditions. The contract mandates specific operational procedures, including the requirement to remove any refuse found in the vaults and manage spillages. The government will supervise work for compliance and make payments only for satisfactory services rendered, requiring invoices within 30 days. This project emphasizes environmental stewardship and adherence to health standards, highlighting the government’s commitment to maintaining recreational facilities while ensuring public safety and compliance with legal requirements.
    The Bureau of Land Management (BLM) in Idaho is seeking quotes for the pumping of vault-style toilets and holding tanks at recreational sites, under the Request for Quotation (RFQ) number 140L2625Q0018. This solicitation is exclusively for small businesses in accordance with federal regulations and requires offers to be submitted by April 4, 2025, by noon Eastern Time. Proposals will be evaluated on past performance and price, and although price is important, the contract may not go to the lowest bidder if better value is offered elsewhere. Contractors must be active in the System for Award Management (SAM) and must submit evidence of past performance along with a completed bid schedule. Key clauses and regulations governing the contract are referenced, focusing on compliance with labor standards and federal acquisition regulations. An emphasis is placed on the prohibition of contracting for telecommunications and surveillance equipment developed by certain foreign entities, ensuring that government interests are protected. The document underscores the BLM’s intent to award the contract based on value and performance, reflecting a commitment to supporting small businesses while ensuring safety and compliance in its operations.
    Lifecycle
    Title
    Type
    S--CDA SEPTIC SERVICES
    Currently viewing
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality by installing a potable water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the contractor to provide and install necessary filtration equipment within the campground's pump room. With an estimated project cost between $25,000 and $100,000, the procurement is set aside for small businesses, and key deadlines include a site visit on January 7, 2026, and a quote submission due by January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and must adhere to federal acquisition regulations throughout the project.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    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.
    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.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    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.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.