SUMMER PORTABLES FOR GOLDEN GATE NATIONAL RECREATI
ID: 140P8625Q0033Type: Combined Synopsis/Solicitation
AwardedMay 8, 2025
$13.4K$13,397
AwardeeAMERICAN DEBRIS BOX SERVICE, INC. 2570 LA HONDA RD San Gregorio CA 94074 USA
Award #:140P8625P0026
Overview

Buyer

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

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

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 bids for the rental and servicing of portable toilets and hand wash stations within the Golden Gate National Recreation Area in San Francisco, California. The project aims to enhance public access and sanitation during the summer months by installing portable restrooms at designated locations, including the West Bluff, East Beach Picnic Area, and Great Meadows, ensuring compliance with ADA standards. This initiative is crucial for maintaining public health and improving visitor experience in recreational areas during peak usage periods. Interested small businesses must submit their bids electronically by April 29, 2025, with the contract period running from June 30, 2025, to October 31, 2025. For further inquiries, contact Patty Payne at Patty_Payne@nps.gov or call 559-730-6435.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the provision of portable toilets and hand wash stations across several locations from June 30, 2025, to October 31, 2025. Services will be rendered bi-weekly at West Bluff, East Beach, and Ft. Mason. Each location's requirements include a specific number of standard toilets and hand wash stations, with service days designated for Mondays and Fridays. The RFP requests detailed contractor information, including the Offeror's name, address, and unique entity identifier. The document includes a quote sheet specifying service charges per unit, monthly rental rates, and total estimates for summer rentals, services, and damage waivers. The aim is to source integral sanitation facilities, ensuring compliance with federal and local guidelines. This initiative demonstrates the agency's commitment to providing necessary amenities and maintaining public health standards during the summer period.
    The document outlines a Request for Proposal (RFP) issued by the National Park Service (NPS) for the rental and maintenance of portable toilets and sinks at designated sites within the Golden Gate National Recreation Area, San Francisco, and San Mateo counties. The contractor is responsible for providing standard and ADA-compliant portable toilets, which must be serviced twice weekly and cleaned thoroughly upon servicing. The contractor must ensure functionality, cleanliness, and proper disposal of waste without using visitor trash receptacles. In addition, the contractor must conduct monthly maintenance inspections and address any service deficiencies identified by the NPS promptly and at no additional cost. The proposal includes provisions for damage waivers and responsibilities regarding the replacement of units or parts due to wear or vandalism. Payment terms stipulate monthly invoicing at a fixed rental rate. This RFP emphasizes compliance with the Americans with Disabilities Act and aims to ensure visitor comfort and accessibility throughout the national recreation area.
    The document outlines proposed locations for the installation of portable restrooms during the summer at the Presidio of San Francisco. It specifies three key areas for restroom placement: Location 1 at West Bluff, where 2 ADA units and 1 portable sink are to be installed; Location 2 at the East Beach Picnic Area, requiring 5 ADA units and 1 portable sink; and Location 3 at Great Meadows, which will have 4 ADA units and 1 portable sink. The initiative aims to improve public access and sanitation in these recreational areas, ensuring compliance with ADA standards. The clarity of the outlined locations and required facilities suggests an organized approach to enhancing visitor experience during peak usage periods. This project aligns with broader government efforts to provide accessible amenities and maintain public health in community spaces.
    The document appears to be a disorganized compilation of data related to federal government RFPs (Requests for Proposals), grants, and local/state bids. Despite substantial corruption and unreadable characters, it suggests ongoing federal initiatives, proposals for funding, and projects awaiting governmental reviews. The main topics likely include funding opportunities for various programs and initiatives, with an emphasis on compliance with standards set by federal regulations. Specific reference to topics such as federal grants implies a focus on financial assistance provided by the government. Supporting details mention various stakeholders likely involved in the execution of these grants and bids, although the specifics remain unclear due to the corrupted data. The document’s purpose could revolve around facilitating access to information on potential government funding and project proposals across various sectors, encouraging submission from interested parties. Overall, it reflects the complexities of navigating the government RFP landscape, while stressing the need for meticulous attention to regulations and guidelines in proposal submissions.
    The government file outlines the form to be used by offerors to demonstrate relevant past performance and experience in relation to a current Request for Quotation (RFQ) – specifically RFQ 140P8625Q0033. It is structured into two main parts: existing commitments and past performance/relevant experience. Offerors must list contracts, including details such as contract number, amount, agency, contact person, and phone number, while explaining the similarity of previous projects to the RFQ requirements. The file requests offerors to highlight their largest contract in the past five years, emphasizing the importance of showing how past projects align with the upcoming work. This document serves as a vital tool for evaluating the competency and suitability of applicants for government contracts, aiming to ensure that only qualified and experienced firms participate in the bidding process.
    The National Park Service (NPS) is soliciting bids for the rental and servicing of portable toilets and hand wash stations within the Golden Gate National Recreation Area in San Francisco, California. This is a combined synopsis/solicitation for commercial items, following the Federal Acquisition Regulations (FAR). The solicitation, identified as RFQ 140P8625Q0033, is a total small business set-aside aimed at awarding a firm fixed price contract. Bids are due electronically by April 29, 2025. The evaluation criteria will prioritize the lowest price, relevant experience in similar projects within the last five years, and past performance records. Contractors are required to complete several submission elements including a checklist for bid components and a contract price schedule. The successful contractor must also adhere to specific FAR clauses related to procurement, including compliance with labor standards and equal opportunity initiatives. The contract period is from June 30, 2025, to October 31, 2025. This acquisition emphasizes the NPS's commitment to ensuring facilities are adequately serviced while promoting opportunities for small businesses to participate in government contracting.
    Lifecycle
    Similar Opportunities
    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.
    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.
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.