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
    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 The project aims to enhance health and safety for employees by replacing the outdated facility with a prefabricated vault toilet, adhering to environmental protections and safety regulations throughout the process.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
    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.
    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.
    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.
    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.
    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
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    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.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    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.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    GAOA Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    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.
    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.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID FLAP BONNER 841(1) project, which involves roadway improvements on Trestle Creek Road, located approximately 13 miles east of Sandpoint, Idaho. The project encompasses a 3.75-mile stretch and includes tasks such as placing riprap, roadway aggregate, and asphalt concrete pavement, along with drainage enhancements and stream bank restoration to create an all-weather, single-lane road with turnouts for year-round access to the Kaniksu National Forest. The estimated contract value ranges between $5 million and $10 million, with solicitation anticipated in Fall 2025 and a completion target set for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.