S--Vault Toilet & Septic Tank Pumping at Yosemite NP
ID: 140P8525Q0032Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted May 12, 2025, 12:00 AM UTC
  2. 2
    Updated May 20, 2025, 12:00 AM UTC
  3. 3
    Due May 29, 2025, 12:00 AM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified contractors for vault toilet and septic tank pumping services at Yosemite National Park under solicitation number 140P8525Q0032. The contract requires the management of 55 vault toilets and septic tanks across 21 locations from June 23, 2025, to October 18, 2025, ensuring proper sanitation and environmental standards are maintained in this high-traffic recreational area. This procurement is critical for maintaining hygiene and public health within the park, with a total small business set-aside to encourage participation from small and disadvantaged businesses. Interested vendors must submit their quotations by May 28, 2025, and can direct inquiries to Lisa Henson at Lisa_Henson@nps.gov or by phone at 928-612-0074.

Point(s) of Contact
Files
Title
Posted
May 20, 2025, 10:10 PM UTC
The document pertains to an RFQ (Request for Quote) related to vault toilet and septic tank pumping services at Yosemite National Park. It outlines responses to questions raised by potential contractors regarding the contract's operational specifics. Key clarifications include: contractors are not required to pay dump fees at the Yosemite Creek Lift Station (YCLS), although vehicle storage on-site is limited and requires prior approval; the YCLS will be available for waste disposal only during specific hours from Monday to Wednesday and Friday, with no service on Thursdays; and there was a correction regarding the number of pumps needed, which is now confirmed at 34 for the contract duration. These answers aim to provide clear guidance to contractors bidding for the service and ensure compliance with park regulations, thereby facilitating a smooth operational process.
May 20, 2025, 10:10 PM UTC
The document outlines a price schedule for pumpings associated with maintaining portable toilets and septic tanks at various locations within a national park setting. It details multiple locations, including Tioga Pass Entrance Station, Mono Pass Parking, various campgrounds, and other designated areas, specifying the quantity of necessary pumpings for each site. The total volume of required services is listed, with specific focus on both portable toilets operated by the National Park Service (NPS) and septic tanks needing attention at designated campsites. The purpose of this file is to provide a structured summary for the submission of a Request for Proposal (RFP), aimed at ensuring consistent sanitation services throughout the park. By detailing quantities, unit prices, and total costs, the document aligns with federal guidelines for contracting services. Overall, it seeks to enhance park visitor experience by maintaining clean and functional restroom facilities in high-traffic outdoor environments.
May 20, 2025, 10:10 PM UTC
This document outlines a price schedule for pumpings required at various locations, specifically focusing on the management of vault toilets and septic tanks within Yosemite National Park. It lists 21 locations, detailing the quantity and unit of issue for pumpings needed at each site, with the total price to be determined for each entry. The locations include popular areas such as the Tioga Pass Entrance Station, Tenaya Lake, and Tuolumne Meadows. The schedule indicates the number of pumpings required, ranging predominantly from 16 to 32 pumpings per site, and specifically mentions NPS owned portable toilets at certain locations. This pricing structure serves to facilitate responses to government RFPs for sanitation services within the park, reflecting the necessity for maintaining hygiene and environmental standards in natural recreational areas.
May 20, 2025, 10:10 PM UTC
The government-issued RFQ 140P8525Q0032 outlines the requirements for a contractor to perform vault toilet and septic tank pumping at Yosemite National Park, specifically from Crane Flat to Tioga Pass Entrance Station. This service is essential for maintaining 55 vault toilets and septic tanks across 21 locations over a period of approximately 17 weeks, from June 23, 2025, to October 18, 2025, with potential delays due to seasonal snowfall. Contractors must provide all necessary labor, materials, and equipment, including hoses of varying lengths, and are responsible for the removal of non-disposable items found in vaults. Waste must be disposed of at the Yosemite Creek Lift Station during designated hours, and a log correlating the gallons disposed to be submitted alongside invoice payments. Furthermore, contractors are required to inform the National Park Service’s Contracting Officer’s Representative of any issues affecting the performance of the contract. Overall, this RFQ emphasizes the federal government's commitment to maintaining sanitation facilities in national parks while ensuring compliance with environmental and logistical regulations.
May 20, 2025, 10:10 PM UTC
The document outlines a service schedule for wastewater management across various locations from June to October, focusing on vaults and septic tanks. It details the number of structures, vaults per location, maximum gallon capacity per vault, and total gallons managed per site, along with the frequency of servicing. Key locations include Tioga Pass Entrance Station, Yosemite Creek Campground, and various trailheads, with most sites requiring servicing twice per week or weekly. The schedule specifies the volume capacity for each vault, indicating substantial management efforts for high-traffic areas in a natural park setting. The document serves to inform potential contractors about the logistics and expectations for environmental health services related to public facilities, which is pertinent for government RFPs and grants concerning public infrastructure maintenance and sanitation.
May 20, 2025, 10:10 PM UTC
The document outlines various locations and facilities within the Yosemite National Park area, including parking areas, campgrounds, and treatment plants. Key sites mentioned are Tioga Pass Entrance Station, Lembert Dome, May Lake, and multiple campground locations such as Porcupine Creek and Tamarack Flat. Additionally, the document lists points related to visitor access, such as trailheads and parking areas, instrumental for park management. This compilation possibly serves as a reference for federal grant applications or funding requests (RFPs) related to park infrastructure and visitor services. The information is structured as a straightforward inventory, suggesting a focus on enhancing or maintaining park facilities to support visitor experience and safety.
May 20, 2025, 10:10 PM UTC
The document outlines the Wage Determination No. 2015-5661, administered by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage rates and fringe benefits for workers involved in federal contracts, with specific compliance requirements related to Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, the prevailing minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour unless a higher rate is applicable. The listing details occupation codes, corresponding job titles, and specified wage rates relevant to various job sectors in the County of Mariposa, California. Fringes such as health and welfare benefits, vacation, and holiday payments are stipulated, ensuring employee protections under relevant laws, including the provision of paid sick leave for federal contractors. Additionally, provisions for uniform allowances and hazardous pay differentiations are included. The document emphasizes the need for contractors to ensure compliance with all stipulated wage and benefit requirements, promoting fair labor standards and worker protections across federal contracts.
May 20, 2025, 10:10 PM UTC
RFQ 140P8525Q0032 is a solicitation from the National Park Service (NPS) for vault toilet and septic tank pumping services at Yosemite National Park. This request is designated as a 100% Total Small Business Set Aside, and the applicable NAICS code is 562991, with a small business size standard of $9 million in average annual receipts. Responses will be evaluated based on price, technical capability, and past performance. Interested vendors must submit their quotations by email to the contracting specialist, along with essential documentation including the completed solicitation checklist, acknowledgements, technical capability narratives, and references. All offerors must be registered in the System for Award Management (SAM) prior to submission. The document specifies compliance with several Federal Acquisition Regulation (FAR) clauses and highlights the requirement for contractors to maintain liability insurance. Payment requests will follow electronic invoicing through the U.S. Department of the Treasury’s Invoice Processing Platform. This solicitation structure reflects standard practices for government RFPs, ensuring comprehensive compliance and evaluation procedures, while promoting opportunities for small businesses in federal contracting.
May 20, 2025, 10:10 PM UTC
The document pertains to amendment 0001 for solicitation number 140P8525Q0032 related to Vault Toilet and Septic Tank Pumping at Yosemite National Park. The amendment outlines the need for acknowledgment of receipt by the offerors and specifies methods for this, including submission through copies or separate communication. It addresses questions received regarding the solicitation and corrects the Quote and Price Schedule linked to the project. The performance period for the contract is established from June 23, 2025, to October 18, 2025. The amendment is issued to ensure clarity and compliance with government regulations, addressing essential modifications that affect contract validity and procedural requirements. Overall, it serves to update bidders on critical changes and maintain transparency within the bidding process for federal contracts.
May 20, 2025, 10:10 PM UTC
The document outlines a solicitation (RFP No. 140P8525Q0032) from the National Park Service (NPS) for vault toilet and septic tank pumping services at Yosemite National Park. The acquisition targets commercial service providers and follows Federal Acquisition Regulation (FAR) guidelines. The contract encompasses a performance period from June 23, 2025, to October 18, 2025, emphasizing that responses to this solicitation are due by May 28, 2025. The solicitation specifies that it is open to all businesses, including small businesses and those owned by service-disabled veterans, women, or economically disadvantaged individuals. The required services are categorized under housekeeping, specifically for trash and garbage collection. The document includes details for submission, including contact information for inquiries and instructions on invoicing. Overall, the RFP serves to ensure that the NPS receives timely and efficient waste management services while providing opportunities for various vendors to compete for government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
Buyer not available
The National Park Service (NPS) is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract, valued at over $10 million, aims to rehabilitate and upgrade wastewater treatment facilities, including the construction of new structures and the rehabilitation of existing systems to address deficiencies in current operations. The project is critical for maintaining environmental standards and ensuring the effective management of wastewater in a national park setting. Interested contractors must submit their proposals by December 19, 2025, and are encouraged to direct any questions to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
Buyer not available
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 at Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and demolition of outdated structures, with a performance period extending from August 4, 2025, to November 30, 2028. The project is critical for maintaining environmental standards and improving wastewater management within the park. Interested contractors must submit their proposals by December 18, 2025, and direct any inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
Y--GLAC 318705 Replace Utility Systems - Construction
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This initiative aims to rehabilitate and upgrade water and septic utility systems in the St. Mary and Two Medicine areas, including improvements to wells, water distribution systems, and wastewater treatment facilities. The project is significant for maintaining essential infrastructure within the park, ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by December 5, 2025, with an estimated contract value exceeding $10 million and a performance period of 610 calendar days. For further inquiries, contact Vicki Freese-supler at vickilfreese-supler@nps.gov or call 720-402-8467.
PORTABLE TOILET RENTAL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the rental of portable toilets as part of a procurement process outlined in a combined synopsis/solicitation. The contractor is required to provide and maintain two portable toilet lift units equipped with hand sanitizer, which must be capable of being lifted by an overhead crane, and ensure weekly cleaning and supply refills during the contract period. This service is critical for maintaining sanitation during major overhaul projects at the Coast Guard Yard, with the performance period set from November 30, 2025, to November 29, 2026. Interested vendors must submit their quotes via email to Shellby Hammond by November 19, 2025, at 12:00 PM (Eastern), and are encouraged to review the attached Statement of Work for detailed requirements.
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
Buyer not available
The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
Z--PIPESTONE - REHAB VISITOR CENTER RESTROOMS
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Quotation (RFQ) for the remodel of restroom facilities at the Pipestone National Monument. This project aims to enhance visitor amenities by renovating the existing restrooms, which is crucial for maintaining the park's accessibility and visitor experience. The contract will be a firm-fixed price and is set aside 100% for small businesses under NAICS code 236220, with a project magnitude estimated between $100,000 and $250,000. Interested contractors should note that the formal solicitation is expected to be released around October 20, 2025, with responses due approximately 30 days later, and they must contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510 for further details.
Portable Toilet Purchase, Lease, and Related Cleaning
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking information from potential vendors regarding the procurement of portable toilets, including both purchase and rental options, along with associated cleaning and pumping services. The requirement includes the provision of up to 200 portable toilets, which may include ADA-compliant units and handwashing stations, with anticipated service frequency of 4-5 days per week for cleaning and maintenance. This initiative is crucial for maintaining sanitary conditions at various locations within the shipyard in Portsmouth, Virginia. Interested parties are encouraged to submit a capabilities statement to Jason Fittro at Jason.d.fittro.civ@us.navy.mil, with responses due by the specified deadline, as this sources sought notice is part of market research that may lead to a competitive procurement process, potentially set aside for small businesses.
PKA -Sanitary Sewage Lift Station and Grease Trap Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for sanitary sewage lift station and grease trap services at Travis Air Force Base in California. The procurement involves a Firm Fixed Price contract for a base year and four option years, covering services such as pumping, cleaning, and disposal of sewage lift stations and grease traps, with a focus on quality control and compliance with environmental regulations. This opportunity is a Total Small Business Set-Aside under NAICS Code 562991, emphasizing the importance of these services for maintaining operational efficiency and environmental standards at the base. Proposals are due by November 17, 2025, at 2:00 PM PST, and interested parties should contact TSgt Gabriel Sanderson at gabriel.sanderson@us.af.mil or Phillip Manwaring at phillip.manwaring@us.af.mil for further details.
J--LAKE25-101-CC LIFT STATION PUMP REPAIR
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
S222--1-1-2026 - 666 - Sewer Vac Servicing - Base + 4 Options
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for sewer vacuum services at the Sheridan VA Health Care System in Wyoming. The procurement involves a firm-fixed-price contract for the maintenance of sanitary and storm sewer systems, which includes vacuuming, camera services, and emergency jetting, structured over a base year with four additional option years. This contract is crucial for ensuring the proper functioning and safety of the facility's waste management systems, adhering to strict safety protocols and coordination with the VA Engineering Department. Interested vendors must submit their offers by November 21, 2025, at 10:00 Mountain Time, and direct any questions to Charles Gritzmacher at charles.gritzmacher@va.gov or by phone at 303-712-5780.