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
    Z--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 through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    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.
    M0068126Q0004 Chemical Toilets RFQ
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Installations West at Camp Pendleton, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide chemical toilets and hand-washing stations, along with cleaning services, at various locations in Southern California, including Camp Pendleton, Fallbrook, San Diego, and Miramar. The contract requires the contractor to deliver, clean (twice weekly), restock, and remove waste from the facilities, with services to be performed in rugged, off-road environments necessitating all-terrain vehicles. Interested parties must submit their quotes via email by December 27, 2025, and ensure they are registered in SAM, with all required documentation completed, including past performance and pricing worksheets. For further inquiries, potential bidders can contact Nicholas Vonbargen at nicholas.vonbargen@usmc.mil or John Rutkowsky at john.rutkowsky@usmc.mil.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    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.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.