Gila National Forest, Reserve District, Septic Replacement
ID: 127EAX25Q0002Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEGila National ForestSILVER CITY, NM, 88061, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 PM UTC
Description

The U.S. Department of Agriculture's Forest Service is seeking proposals for the replacement of two septic systems at residential facilities within the Gila National Forest, Reserve Ranger District, in New Mexico. The project requires contractors to provide all necessary labor, materials, and permits to decommission existing systems and install new septic tanks and leach fields in compliance with state regulations. This initiative is crucial for maintaining safe and compliant housing facilities in the area, with a contract value anticipated between $25,000 and $100,000. Interested contractors must submit their proposals by April 15, 2025, and ensure they are registered in the System for Award Management (SAM). For inquiries, contact Troy McCullough at troy.mccullough@usda.gov or Michelle Bahr at michelle.l.bahr@usda.gov.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 6:07 PM UTC
This document is an amendment to solicitation number 127EAX25Q0002, which involves a project focused on the replacement of septic systems within the Gila National Forest / Reserve Ranger District. The amendment addresses various administrative updates, including the addition of Troy McCullough as a contact and the requirement for bidders to acknowledge the amendment in their submissions. The deadline for quotes is specified as April 15, 2025, at 2:00 PM MDT, with a contract performance period ranging from April 30, 2025, to October 30, 2025. Essential elements of the amendment include instructions for modifying submitted offers and conditions for acceptance. The overall purpose of this document is to communicate important changes and deadlines to contractors involved in the bidding process, ensuring compliance with federal procurement regulations.
The Gila National Forest Industrial Fire Precautions Plan Guidelines aim to mitigate the risks of human-caused fires by outlining precautionary measures for authorized users engaged in operations on forest lands. This includes permit holders and contractors, who must be familiar with the current Emergency Fire Precautions Schedule and inform their teams of necessary fire prevention strategies. Key measures include maintaining communication systems, equipping personnel with firefighting tools, and ensuring equipment meets safety standards with spark arrestors and mufflers. Operations are categorized into various restriction stages depending on fire danger, ranging from normal precautions to full operational shutdowns during extreme risk periods. Fire guards must be present when using power-driven equipment, equipped to respond to any wildfires. In addition, specific guidelines are stipulated for activities like welding and blasting to ensure safety protocols are followed, especially during "Red Flag" warnings indicating high fire danger. Overall, the document establishes a structured approach to preventing and managing wildfires in the Gila National Forest, emphasizing shared responsibility among users.
Apr 9, 2025, 6:07 PM UTC
The document pertains to construction specifications regarding two buildings located in the Reserve Ranger District, indicated by place markers. The focus of this file is to outline the necessary details related to the construction or renovation of these buildings, including compliance with specified requirements and standards. This proposal is likely part of a federal or local RFP process that necessitates careful planning and adherence to guidelines to ensure the project meets intended purposes and regulations. The document suggests that supplemental information and specifications exist to guide contractors in executing the project efficiently and safely. Overall, it emphasizes the importance of abiding by construction standards relevant to government-funded projects, ensuring successful outcomes for facilities within the district.
Apr 9, 2025, 6:07 PM UTC
The document outlines a recent request for proposals (RFP) related to septic system work at two ranger houses located on federal property. It includes questions posed by bidders and responses from the U.S. Forest Service (USFS). Key inquiries address bonding requirements, the possibility of extending the proposal deadline to April 15, 2025, and the necessity of obtaining courtesy permits from the New Mexico Environment Department (NMED), despite the property being outside their jurisdiction. The responses confirm the deadline extension, clarify that meeting NMED standards is preferred, and state that bidders can include subcontractor work examples in proposals. It also explains that the existing septic systems will be decommissioned while the houses are temporarily occupied, and that bonding is required as specified in solicitation documents. Additionally, a site plan was provided, although it did not show the location of existing leach fields. Overall, the document serves as a formal communication addressing bidder concerns while detailing project requirements and expectations for compliance with environmental standards.
Apr 9, 2025, 6:07 PM UTC
The USDA Forest Service Gila National Forest in Reserve, New Mexico, seeks proposals for replacing two septic systems at residential facilities. The contractor must provide all necessary labor, materials, and permits in compliance with the statement of work outlined in the RFQ (Request for Quotations). This will result in a Firm Fixed-Price Construction Contract, evaluated based on Price, Capability, and Past Performance, with a budget between $25,000 and $100,000. Interested contractors must register on SAM (System for Award Management) and adhere to small business guidelines. Offers must be submitted by April 9, 2025, accompanied by a technical proposal detailing compliance with the evaluation factors and should be directed to the Contracting Specialist. Optional site visits are scheduled for late March 2025. Key tasks include the decommissioning of existing systems and the installation of new septic tanks and leach fields per state regulations. The project emphasizes adherence to safety and environmental standards throughout construction, highlighting the importance of proper waste disposal and archaeological consideration. This solicitation reflects the government's intent to ensure safe and compliant housing facilities within the Reserve Ranger District.
Apr 9, 2025, 6:07 PM UTC
Apr 9, 2025, 6:07 PM UTC
Apr 9, 2025, 6:07 PM UTC
The USDA solicits contractors for the replacement of two outdated septic systems at the Reserve Ranger Station in New Mexico. The project entails decommissioning existing systems and installing new septic tanks and leach fields in accordance with New Mexico Environment Department (NMED) standards. Key tasks include site assessment, mobilization, decommissioning, and installation of the new systems while ensuring compliance with environmental and safety regulations. Contractors are responsible for obtaining necessary permits, conducting a site survey, and implementing erosion control measures. The deliverables include fully functional septic systems, documentation proving compliance with NMED standards, and final inspections, all to be completed within 30 days of project commencement. The government will provide site access and relevant documentation. This project emphasizes adherence to rigorous environmental standards, reflecting the government's commitment to sustainable infrastructure improvements.
Apr 9, 2025, 6:07 PM UTC
The document outlines the wage determination for residential construction projects in New Mexico, specifically for contracts subject to the Davis-Bacon Act. It specifies the applicable minimum wage rates under Executive Orders 14026 and 13658 for contracts starting or renewing after certain dates, establishing rates of at least $17.75 per hour or $13.30 per hour, depending on contract conditions. The wage determination includes classifications and corresponding rates for various construction trades, emphasizing that contractors must adhere to these wage standards. Additionally, it details worker protections mandated by Executive Orders, such as paid sick leave for federal contractors. The document also provides guidance on the appeals process for any disputes regarding wage determinations, outlining how interested parties can seek review or reconsideration from designated U.S. Department of Labor branches. This wage determination is essential for ensuring fair compensation and legal compliance in government-funded construction initiatives, reinforcing the commitment to worker rights and standards in public contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
REPLACEMENT OF SEPTIC TANK AT LOST HORSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of a septic tank at the Lost Horse Ranger Station in Joshua Tree National Park. The project involves removing an outdated 1967 septic tank and installing a modern 1,500-gallon system, ensuring compliance with current environmental codes and safety regulations. This initiative is crucial for maintaining the infrastructure of national parks and ensuring the facility's functionality and environmental compliance. Interested small businesses must submit sealed bids by the specified deadline, with a site visit scheduled for April 24, 2025, and the project completion expected within 30 days after the notice to proceed. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
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.
WSMR Sewer Installation Bldg. 90140
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, is seeking bids for a firm fixed price construction contract to install a sewer line to Building 90140 at White Sands Missile Range, New Mexico. The project involves extending sewer service by installing a new 6-inch diameter PVC sewer line and a 48-inch diameter concrete service manhole, with all work to be completed within 60 calendar days following the issuance of a Notice to Proceed. This acquisition is set aside for small businesses under NAICS code 237110, with an estimated procurement value between $100,000 and $250,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact MAJ Cuong Tran at cuong.m.tran5.mil@army.mil or 915-247-4468 for further details, with the solicitation expected to be issued around May 5, 2025.
Jemez Recreation Trash Services
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking quotes for trash collection services in the Jemez Ranger District of the Santa Fe National Forest, New Mexico. The procurement involves providing dumpsters and weekly trash pickup from designated recreational sites, including campgrounds and picnic areas, from 2025 to 2030, under a firm fixed-price contract. This initiative is part of a broader effort to ensure efficient waste management in public recreation areas while supporting small businesses, with a total small business set-aside designation. Interested contractors must submit their bids by April 27, 2025, and direct any questions to the contracting officer, Ellena Silva, at ellena.silva@usda.gov.
New Mexico Forest Engineering and Road Maintenance (FERM)
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
Vault Toilet Installation at Modoc NF, Devil’s Garden-Warner Mountain RD
Buyer not available
The U.S. Department of Agriculture's Forest Service is conducting a market survey to identify contractors interested in a project for the installation of vault toilets at Modoc National Forest in California. The project involves the procurement and installation of two single-stall pre-cast concrete vault toilets at designated campgrounds, requiring contractors to provide all necessary labor, materials, equipment, and water, including the use of a crane for installation. This initiative is crucial for enhancing recreational facilities in the area, with an anticipated construction cost ranging from $25,000 to $100,000, and a small business size standard set at $45 million under NAICS code 237990. Interested contractors must submit their capability statements and bonding capacities via email to Richard Ortega at richard.ortega@usda.gov by May 6, 2025, referencing project number 127EAW25Q0003.
Forest Service - Cerro Alto Campground Sinkhole & Culvert Repair (ERFO)
Buyer not available
The U.S. Department of Agriculture, Forest Service, is soliciting bids for the Cerro Alto Campground Sinkhole & Culvert Repair project located in the Los Padres National Forest, California. The project entails replacing a rusted culvert and repairing pavement, with an estimated budget between $25,000 and $100,000, and is set aside for small businesses under the Total Small Business Set-Aside program. This initiative is crucial for maintaining public infrastructure and ensuring environmental protection within national forests. Interested contractors must submit their proposals via email by the specified deadlines, and all inquiries should be directed to Contract Specialist Tanya Torres at tanya.torres@usda.gov.
FY25 42FSS Mid Bay Shores Recreation Septic Pumping and Cleaning
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for septic tank pumping and cleaning services at the Mid Bay Recreation Facility in Niceville, Florida. The contract, which is an Indefinite Delivery Indefinite Quantity (IDIQ) type, requires the contractor to pump eight 1,050-gallon septic tanks up to 30 times annually, ensuring compliance with federal and state regulations while preventing sewage backups. This service is critical for maintaining the operational efficiency and safety of the facility's septic systems. Interested contractors must submit their proposals by the specified deadline, with the contract period running from May 10, 2025, to May 9, 2030. For further inquiries, potential bidders can contact William M. Griffiths at william.griffiths.5@us.af.mil or William Stallings at william.stallings.1@us.af.mil.
Betty Jane Bagley OSS Replacement (Suquamish)
Buyer not available
The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design Bid Build project focused on water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project aims to establish essential water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well and installation of filtration systems. This initiative is critical for enhancing military operational capabilities and ensuring compliance with federal, state, and local regulations throughout the construction process. Interested small businesses must submit their proposals by April 23, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, potential bidders can contact Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356.