H--Sewer Mains Cleaning and Video Inspection Service
ID: 140P1225Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

OTHER QC/TEST/INSPECT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H946)

Set Aside

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

    The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide sewer mains cleaning and video inspection services at Zion National Park. The contract aims to maintain the park's sewer infrastructure by cleaning approximately 44,500 feet of sewer mains and conducting video inspections to document their condition, ensuring safety and functionality for park visitors. This procurement reflects the government's commitment to environmental integrity and infrastructure maintenance within national parks. Interested contractors must submit their quotes by February 20, 2025, and can contact Billie Thomas at Billie_Thomas@nps.gov or 406-599-4402 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for a cleaning and video inspection service for the sewer main system at Zion National Park. The purpose of this contract is to ensure the park's sewer infrastructure is maintained for safety and functionality. The contractor will clean approximately 44,500 feet of sewer mains from multiple facilities, including the Lodge and Visitor Center, utilizing pressure cleaning and vacuum trucks. A video inspection will also be conducted to document the condition of the sewer lines. The project is scheduled to occur between March 31, 2025, and May 12, 2025, to avoid peak visitation times. Deliverables include recorded video footage and waste disposal certification after the cleaning process. The contractor is responsible for traffic control and notifying the park of any necessary root cutting, which requires prior approval. Regular meetings will take place to review project status, culminating in a final inspection to verify project completion. No government-furnished equipment will be provided for this undertaking. This contract exemplifies the National Park Service’s commitment to maintaining park infrastructure and visitor safety.
    The document outlines the sewer infrastructure and proposed hiking trails within Zion National Park, managed by the National Park Service, part of the U.S. Department of the Interior. It includes various sewer-related features such as manholes, mains, and lateral lines, mapped across different sections of the park, including the Zion Headquarters/Oak Creek Housing and Near Canyon Junction areas. The proposed hiking trails cover a buffer zone of 364 acres. The maps utilize data sourced from various geographic information systems (GIS) and include detailed representations of paved roads, unpaved roads, service roads, and the park's boundary, in addition to the river route. The overarching purpose of this documentation appears to support environmental planning and resource management initiatives as part of the federal grant and RFP processes, facilitating infrastructure improvements and recreational access in alignment with preservation objectives for national parks.
    This document is an amendment to a Request for Quote (RFQ) for a project involving the inspection, cleaning, and video recording of the main sewer lines at Zion National Park. The amendment addresses contractor inquiries and outlines modifications to the solicitation process, confirming that the National Park Service (NPS) can provide water for the project and clarifying that the contractor is responsible for the disposal of sewer grit, with no local facilities identified for waste acceptance. The amendment includes a sewer system map, though it notes a lack of detailed maps for certain areas. The key directives include the requirement for acknowledgment of the amendment, submission of quotes by February 18, 2025, and a pre-bid site visit scheduled for February 12, 2025. Quotes must be submitted to the designated contracting officer, Billie Thomas, by email. The period of performance for the project is from March 31, 2025, to May 12, 2025. Overall, this document serves to clarify expectations and ensure compliance in the bidding and execution of the project, emphasizing transparency and communication between parties involved.
    This document is an amendment to the Request for Quote (RFQ) related to the inspection, cleaning, and video documentation of the main sewer lines at Zion National Park. It is a 100% small business set-aside opportunity, with the amendment extending the quote reply due date to February 20, 2025, at 11:00 MST. The contracting officer for this solicitation is Billie Thomas, who can be contacted via phone or email for questions. All quotes must acknowledge receipt of the amendment and can be submitted electronically or in writing, following specified procedures to ensure timely receipt before the deadline. The performance period for the contract is from March 31, 2025, to May 12, 2025, with additional references to the statement of work and updated wage determination included for prospective bidders. This amendment ensures that potential contractors are aware of the changes and requirements necessary for participation in the bidding process.
    The document outlines a Request for Quotation (RFQ) for sewer main line inspection, cleaning, and video services at Zion National Park, Utah, issued by the National Park Service. It emphasizes that this RFQ is set aside exclusively for small businesses, with a clear goal of obtaining competitive quotations by February 18, 2025. A site visit is scheduled for February 12, 2025, and questions about the solicitation will be accepted until February 14, 2025. The period of performance for the contract is between March 31, 2025, and May 12, 2025. Suppliers are required to provide a detailed response including their capabilities, prior relevant experience, and a price schedule. The award will follow a comparative evaluation process focusing on price, technical capability, and prior experience. As part of the compliance requirements, contractors must be registered in the System for Award Management (SAM) and must obtain a Unique Entity Identifier (UEI). This RFQ serves to ensure proper maintenance and operational functionality of the sewer systems in a national park, reflecting the government’s commitment to environmental and infrastructural integrity.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    M--CLEAN AND INSPECT CULVERTS - PINE ISLAND
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking qualified contractors to clean and inspect 110 culverts in the Pine Island District of Everglades National Park. The project aims to preserve the park's infrastructure and maintain water flow by removing sediment, vegetation, and debris from each culvert, followed by comprehensive inspections and reporting on potential repairs and structural integrity. This procurement is crucial for ensuring environmental compliance and protecting threatened species within the park. Interested small businesses must attend a site visit on February 13, 2025, confirm attendance by February 12, 2025, and submit quotations by 5:00 PM EST on February 19, 2025. For further inquiries, contact Noelli Medina at NoelliMedina@nps.gov or call 470-819-0940.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.
    R--Zion National Park Emergency Management Services M
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide Emergency Medical Services (EMS) Medical Director services at Zion National Park. The primary objective is to appoint a physician who will oversee the park's EMS program, ensuring effective medical direction, compliance with federal regulations, and quality management of emergency medical responses for both visitors and staff in challenging environments. This contract, which spans from March 1, 2025, to February 28, 2030, includes one base year and four option years, and is designated as a total small business set-aside to encourage participation from smaller firms. Interested parties must submit their proposals, including pricing and technical qualifications, by February 19, 2025, and can direct inquiries to Kimberly Steele at kimberlysteele@nps.gov or by phone at 720-670-4557.
    ROMO REPLACE SEPTIC TRUCK TANK
    Buyer not available
    The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of a septic truck tank at Rocky Mountain National Park. The project involves the installation of a new 2650-gallon aluminum vacuum septic tank on an existing truck chassis, requiring compliance with federal DOT guidelines and the removal of the old tank, along with necessary plumbing and electrical installations. This procurement is critical for maintaining the park's operational efficiency and safety standards, particularly in high-altitude environments. Interested small businesses must submit their proposals by February 21, 2025, and can contact Luke Bowman at lukebowman@nps.gov or 928-638-7363 for further information.
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking proposals for portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, California. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for four additional one-year extensions, requiring contractors to provide scheduled and on-call services that comply with ADA standards. This procurement is essential for maintaining sanitation facilities in the park, ensuring cleanliness and accessibility for visitors, and adhering to federal regulations. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    Z--GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system within the Glen Canyon National Recreation Area. The project involves the removal and replacement of water intake structures while ensuring the continuous operation of the existing water distribution system, with a focus on compliance with federal regulations and safety standards. This maintenance is crucial for sustaining water supply and irrigation systems in the area, adhering to NAICS code 221310, with a total small business set-aside and size standards of $41 million. Interested contractors must submit their proposals by February 19, 2025, at 10:00 AM Eastern Time, and can contact Kimberley Greist at kimgreist@nps.gov or 202-897-7403 for further information.
    J--YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The National Park Service (NPS) is seeking contractors to provide field services for the El Portal Wastewater Treatment Plant (EPWWTP) adjacent to Yosemite National Park, specifically to replace the framework mechanism and appurtenances of the secondary clarifier. This project is critical as the facility, which processes up to 1 million gallons of wastewater daily, is facing infrastructure degradation that poses risks of violating California state permits due to potential wastewater spills. The scope of work includes removing existing components, applying a new epoxy coating, and installing a replacement framework mechanism, with a completion timeline of 120 days and all materials required to be delivered to the NPS warehouse prior to the start of services. Interested contractors should contact Brian Roppolo at brianroppolo@nps.gov or call 206-220-4215 for further details, and note that the solicitation closing date has been extended to February 28, 2025.
    GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive preservation work on asphalt roads and parking lots within the George Washington Memorial Parkway across Maryland and Virginia. The project aims to enhance infrastructure through tasks such as seal coating, milling, overlaying, and crack sealing, while adhering to strict environmental and safety protocols to minimize public disruption and protect historical resources. With an estimated contract value exceeding $10 million, this Small Business set-aside opportunity requires contractors to submit sealed proposals by the specified deadlines, with a performance period from March 21, 2025, to May 11, 2026. Interested parties can contact Zaira Lupidi at zairalupidi@nps.gov for further information.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    WEST ZONE MT HOOD NATIONAL FOREST PARENT BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking small businesses to provide vault septic pumping services for the Mt. Hood National Forest in Oregon. This procurement aims to establish a Blanket Purchase Agreement for on-demand septic pumping services, with a performance period extending from May 1, 2025, to April 30, 2032. The services are crucial for maintaining public facilities and ensuring effective waste management in recreational areas, thereby supporting environmental stewardship. Interested vendors must submit their technical and price proposals by February 28, 2025, and can direct inquiries to A Kay Steffey at arlene.steffey@usda.gov or call 208-484-4622 for further information.