Dalton Vault Winter Pumping
ID: 140L6325Q0017Type: Combined Synopsis/Solicitation
AwardedJul 21, 2025
$138.5K$138,535
AwardeeGHDSYSTEMS LLC 7585 SELWICK DR Parma OH 44129 USA
Award #:140L6325P0026
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA STATE OFFICEANCHORAGE, AK, 99513, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

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

    The Bureau of Land Management (BLM) Alaska State Office is seeking proposals for waste pumping services along the Dalton Highway, specifically for the removal of waste from vault toilets. The contractor will be responsible for providing personnel, equipment, and services to pump waste from three designated 1,000-gallon vault toilets, with annual servicing required within ten days of notification from the BLM. This procurement is crucial for maintaining environmental standards and enhancing visitor experiences in recreational areas, ensuring compliance with OSHA and EPA regulations. Interested small businesses must submit their proposals by April 15, 2025, with the contract period starting May 12, 2025, and options for extension through March 31, 2029. For further inquiries, contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208.

    Point(s) of Contact
    Maldonado, Kristina
    (907) 271-3208
    (907) 271-4595
    kmaldona@blm.gov
    Files
    Title
    Posted
    The BLM Alaska's solicitation 140L6325Q0017 outlines the requirement for a contractor to perform winter waste removal from vault toilets along the Dalton Highway. The BLM Fairbanks District Office aims to manage recreational lands while adhering to environmental protection principles. The contractor must supply personnel, equipment, and services to pump waste from three designated 1,000-gallon vault toilets at specific locations, each serviced annually within ten days of notification from the BLM. The contract spans a base year and includes four optional extension years. Key responsibilities include compliance with OSHA and EPA regulations, obtaining necessary permits, and ensuring safety and environmental standards are met. The contractor will be evaluated on performance through visual inspections. Insurance coverage for workers’ compensation and liability is required. The contract emphasizes the importance of effective management practices and timely service to protect both natural resources and visitor experiences along the highway.
    The document consists of a web map generated by the U.S. Department of the Interior's Bureau of Land Management (BLM), detailing recreational sites in Alaska. It highlights significant locations such as Juneau, Fairbanks, and Anchorage, and specifies various recreational facilities like visitor centers, hiking and ATV trailheads, scenic overlooks, campsites, and boat launch points. The map serves as a graphic tool rather than an authoritative land status source, with a disclaimer regarding its accuracy and reliability. It is essential for users to refer to official documents for land status information. The map's purpose is to aid in outdoor navigation and recreational planning in Alaska, providing users with vital information on access points and facilities available for public use, while emphasizing that data were compiled from multiple sources and may undergo updates without notice. Overall, the document represents an effort to facilitate access to and enjoyment of public lands for recreational activities while maintaining safety and adherence to regulations.
    The document outlines a Request for Proposal (RFP) from the Bureau of Land Management (BLM) Alaska, specifically for services related to the pumping of vault toilets along Dalton Highway. This acquisition is designated for small business set-aside, with a period of performance running from May 12, 2025, to June 30, 2025, and options for subsequent years until March 31, 2029. The document includes essential details such as payment processes, solicitation information, and identifies that all communications regarding the proposal are to be directed to Kristina Maldonado. Furthermore, contractors are required to be registered and active in the System for Award Management (SAM) to be eligible. They must submit their proposals by April 15, 2025, emphasizing compliance with federal acquisition regulations, including terms relating to small business, service contracts, and reporting requirements. The document serves as an official solicitation for commercial services, ensuring all applicants are aware of the necessary conditions and certifications, creating a structured approach for procurement. Overall, this RFP exemplifies government efforts to engage small businesses in service contracts while adhering to compliance and regulatory standards.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for snow removal services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming, under the solicitation titled "S--NHTIC SNOW REMOVAL 2026." The contract will cover a base year from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, and includes services such as snow plowing, sidewalk clearing, and ice removal to ensure safety for employees and the public. This procurement is particularly important for maintaining accessibility and safety in a historically significant area, with a focus on efficient snow management strategies. Interested bidders must submit their proposals via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov by December 22, 2025, at 2:00 PM Mountain Time, and are encouraged to review the updated bid schedule and site map provided in the amendments to the solicitation.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    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 in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    BFSU Trash Removal Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    Birches Remedial Action, Demolition, And Groundwater Monitoring
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Birches Remedial Action, Demolition, and Groundwater Monitoring project in Tanana, Alaska. The project involves the removal of contaminated soils, including PCB, lead, and petroleum-impacted materials, from the Engine Generator Building site, as well as the demolition of concrete foundations and groundwater monitoring. This work is critical for environmental remediation and compliance with state cleanup standards, with operations expected to take place in 2026 and/or 2027 due to the remote location and logistical challenges. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 19, 2025, at 12:00 PM Central Time to be considered for the upcoming solicitation.
    Blue Marsh Waste Removal Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking a contractor for a firm fixed-price service contract for waste removal services at Blue Marsh Lake in Leesport, Pennsylvania. The contractor will be responsible for the removal of trash, garbage, and debris from the site, with the base period of performance running from February 1, 2026, to December 31, 2026, and options for four additional years through December 31, 2030. This service is crucial for maintaining the cleanliness and operational integrity of the recreational area managed by the USACE. Interested contractors must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and any inquiries should be directed to Molly Gallagher at molly.gallagher@usace.army.mil or by phone at 215-656-6777.