Lone Mt Seed Orchard Vault Toilet
ID: 1240LU25Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEIDAHO PANHANDLE NATIONAL FORESTCOEUR D ALENE, ID, 83815, USA

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 9:00 PM UTC
Description

The Department of Agriculture, specifically the Forest Service under the Idaho Panhandle National Forest, is soliciting bids for the demolition of an existing outhouse and the installation of a new vault toilet at the Lone Mountain Seed Orchard, located approximately 20 miles north of Coeur d'Alene, Idaho. The project aims to enhance health and safety for employees by replacing the outdated facility with a prefabricated vault toilet, adhering to environmental protections and safety regulations throughout the process. The total project magnitude is estimated between $25,000 and $100,000, with a completion deadline set for December 31, 2025. Interested contractors, particularly small businesses, must submit their bids in sealed formats and can contact John Curry at john.curry@usda.gov or 605-673-9216 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 4:05 PM UTC
The document outlines a federal solicitation for the installation of a vault toilet at the Coeur d' Alene Nursery under project number 1240LU25Q0006. It specifies the requirements for submitting bids, including the performance work statement and project location approximately 20 miles north of Coeur d’ Alene, ID. The contractor must start performance within ten calendar days post-award and complete the project within 180 days. Notable project specifications include the necessity for performance and payment bonds, adherence to various labor and wage regulations under federal guidelines, and the scope of work encompassing the demolition of existing facilities and installation of new infrastructure. The total project magnitude is estimated between $25,000 and $100,000. Bids must be submitted in sealed formats, and evaluations will favor small businesses, with emphasis on compliance with U.S. domestic procurement preferences. The document serves as a formal request for proposals within government contracting, emphasizing regulatory adherence and safety protocols for construction undertakings.
Mar 26, 2025, 4:05 PM UTC
The USDA Forest Service's Experience Questionnaire is a critical document for contractors applying for work with the agency. It gathers essential information regarding a contractor’s capabilities, experience, and organizational structure. Key areas include the contractor's contact details, business type (such as corporation or non-profit), years of experience as a prime or sub-contractor, and a listing of relevant projects completed in the last three years. The form also inquires if the contractor has ever failed to complete a project and whether it has been handled through a performance bond. Additional sections assess the contractor’s workforce availability, equipment, and the experience of key personnel within the company. The questionnaire concludes with a certification statement, ensuring the accuracy of the provided information and allowing for reference checks by the Forest Service. This questionnaire serves as a foundational tool for assessing the qualifications of businesses seeking to fulfill government contracts, aligning with broader objectives in federal grants and RFP solicitations.
Mar 26, 2025, 4:05 PM UTC
The USDA's construction specifications detail the project for the replacement of the NUR Lone Mountain Toilet, which encompasses multiple key sections focused on project execution and compliance. The main elements include mobilization of personnel and equipment, waste material disposal, removal of existing structures, clearing and grubbing, and installation of precast concrete vault toilet buildings. Notably, contractors must ensure noxious weed control, handle and dispose of excess and unsuitable materials, and properly remove the existing pit toilet structure while adhering to environmental protections and site safety regulations. The specifications outline expectations for product submissions, measurements for payment, and methods for execution, ensuring all construction practices align with USDA standards and local regulations. Emphasis on design criteria for the vault toilets includes earthquake resilience and ADA compliance. The document serves as a comprehensive guide for contractors responding to the federal RFP, delineating clearly defined tasks and regulatory compliance measures required for the successful execution of the project.
Mar 26, 2025, 4:05 PM UTC
The USDA's Performance Work Statement outlines the project for replacing the pit toilet at the Lone Mountain Tree Improvement Area in Idaho. The primary goal is to enhance health and safety for employees in the area by decommissioning an existing pit toilet and installing a new prefabricated vault toilet. Key contractor requirements include adhering to fire safety regulations, performing work during specified hours, and ensuring proper waste disposal and site rehabilitation following the removal of the existing structure. The project, which includes mobilization, waste material disposal, and installation of the new vault toilet, must be completed by December 31, 2025. The document emphasizes the importance of quality control, outlined tasks, and performance measures subject to inspection by the contracting officer's representative. Overall, this initiative reflects the USDA's commitment to maintaining safe and functional facilities in national forests.
Mar 26, 2025, 4:05 PM UTC
The document outlines a wage determination for a heavy construction project in Idaho, specifically for Kootenai and Nez Perce Counties. It provides compliance guidelines under the Davis-Bacon Act and applicable Executive Orders regarding minimum wage rates for federal contracts. For contracts awarded on or after January 30, 2022, workers must be paid at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must receive $13.30 per hour. The document includes wage rates for various construction classifications such as electricians, power equipment operators, and laborers, highlighting both rates and fringe benefits. It also details the process for appealing wage determinations and the requirements for paid sick leave under Executive Order 13706, which mandates up to 56 hours of sick leave annually. The information serves to ensure that contractors meet labor standards and worker protections applicable to federal government contracts, aligning with regulations and ensuring compliance across the project scope. This summary is critical for contractors and stakeholders involved in federal grants and RFPs, ensuring understanding of their legal obligations regarding labor compensation and employee rights.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
GAOA Forest Wide Toilet Replacement and Installation
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for the GAOA Forest Wide Toilet Replacement and Installation project, aimed at upgrading restroom facilities across the Beaverhead-Deerlodge National Forest in Montana. This project involves the removal of outdated vault toilets, installation of new Aspen model toilets, and construction of accessible pathways, all while adhering to federal construction specifications and environmental safety standards. The initiative is part of a broader effort to enhance recreational facilities and public health within national forests, with an estimated contract value between $1 million and $5 million. Interested contractors must submit their proposals by May 21, 2025, with work expected to commence by June 1, 2025, and complete by November 1, 2027. For further inquiries, contact Paula Sales at paula.sales@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
GAOA FY25 McCall Area Housing Barracks Replacement
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the GAOA FY25 McCall Area Housing Barracks Replacement project in Idaho. This project involves the installation of new site utilities, demolition of existing bunkhouses, and construction of new prefabricated barracks and a laundry building at the McCall Area Housing site within the Payette National Forest. The estimated project value ranges from $1,000,000 to $5,000,000, with work expected to commence around August 1, 2025, and be completed within 365 days, including options for additional work. Interested contractors should contact Karen Carleton at karen.carleton@usda.gov or Lonnie Root at Lonnie.Root@usda.gov for further details, noting that this opportunity is set aside for small businesses.
Region 04 Toilet Pumping Services
Buyer not available
The U.S. Department of Agriculture (USDA), specifically the Forest Service, is seeking qualified contractors to provide toilet pumping services in Region 04 as part of an upcoming Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This contract will involve on-demand pumping of vault toilets and restroom facilities across various forests, with each vault capable of holding up to 1,000 gallons, ensuring proper maintenance of restroom facilities in remote areas. Interested parties must respond by May 2, 2025, and be registered in the System for Award Management (SAM) prior to contract award, with the formal solicitation expected to be released around July or August 2025. For further inquiries, potential contractors can contact Gilbert Chonje at gilbert.chonje@usda.gov or by phone at 931-378-8014.
Z--Crater of the Moon REPAIR INTERIOR OF BATHROOM
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor for the interior repair of the campground bathroom facility at Craters of the Moon National Monument in Arco, Idaho. The project involves providing all necessary labor, materials, and equipment to restore and enhance the functionality, safety, and cleanliness of the facility, including tasks such as floor leveling, epoxy coating replacement, and the installation of new sinks, toilets, and urinals. This procurement is crucial for maintaining public use standards and ensuring accessibility, with an estimated contract value of less than $35,000. Interested small businesses must register in the System for Award Management (SAM) and can expect the solicitation to be posted around May 1, 2025, with proposals due within 30 days of posting; inquiries should be directed to Geraldine Larsen at geraldinelarsen@nps.gov.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
NIFC 300 JWH MPR Suite
Buyer not available
The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the renovation of the NIFC 300 JWH MPR Suite and NICC Repairs at the National Interagency Fire Center in Boise, Idaho. This project involves comprehensive renovations, including demolition, remodeling, and upgrades to meet current safety and operational standards, with a focus on enhancing functionality for government personnel. The work is critical for modernizing facilities that support interagency coordination during fire seasons, ensuring compliance with federal regulations and labor standards. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
GAOA Rexford Sewer & Water System Replacement
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the GAOA Rexford Sewer & Water System Replacement project located at the Rexford Bench Campground in Montana. The project entails significant improvements to the campground's water and sewer systems, including the installation of sewer lift stations, gravity systems, and water distribution lines, with a project magnitude estimated between $1 million and $5 million. This initiative is crucial for enhancing infrastructure that supports recreational facilities and ensures compliance with safety and environmental standards. Interested contractors must submit sealed bids by the specified deadline and are encouraged to attend a site visit scheduled for April 30, 2025, at 1:00 PM MST, with further inquiries directed to Brenda Simmons at brenda.simmons@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
Wings and Eagles Portable Toilet Rentals
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental and servicing of portable toilets and hand wash stations for the Wings and Eagles Open House at Kingsley Field ANGB in Klamath Falls, Oregon. The contract requires the provision of 110 portable toilets (including 10% handicap accessible) and 22 hand washing stations, with services including delivery, setup, cleaning, and removal scheduled for July 17-21, 2025, along with a clean out and reservice on July 19, 2025. This procurement is particularly significant as it aims to accommodate an estimated attendance of 17,000 individuals, addressing the lack of existing restroom facilities at the event. Interested vendors, particularly Women-Owned Small Businesses, should note that the total award amount is $9 million, and they can reach out to primary contact Caitlin Thinnes at caitlin.thinnes.1@us.af.mil or 541-885-6495 for further details.