Vault Toilet Service
ID: 140R3025Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Septic Tank and Related Services (562991)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 10:00 PM UTC
Description

The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals from small businesses for a five-year Blanket Purchase Agreement (BPA) focused on vault toilet pumping services at three locations near Memorial Bridge Plaza in Boulder City, Nevada. The contract, identified as RFQ No. 140R3025Q0023, requires the contractor to maintain seven vault toilets, ensuring they are pumped and ready for public use, with specific service hours designated for each location. This procurement is critical for maintaining public sanitation and compliance with government regulations, emphasizing the importance of timely and efficient service delivery. Interested contractors must submit their proposals electronically via SAM.gov by April 21, 2025, and can direct inquiries to Gilbert Mincey at gmincey@usbr.gov or by phone at 702-293-8581.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 8:06 PM UTC
The Bureau of Reclamation is soliciting bids for a five-year Blanket Purchase Agreement (BPA) for Vault Toilet Pumping Services, set aside for small businesses. The contract, identified as RFQ No. 140R3025Q0023, covers the servicing of seven vault toilets in three locations near the Hoover Dam in Boulder City, Nevada, with a service period starting April 1, 2025, and lasting until April 30, 2030. Contractors must submit their proposals electronically via SAM.gov, with the evaluation based on the lowest priced responsive quote. Key service requirements include pumping and ensuring the toilets are ready for public use, with specific service hours for each location. The solicitation includes numerous Federal Acquisition Regulation (FAR) and Bureau-specific clauses addressing contract terms, safety protocols, employee qualifications, and security requirements. All interested parties must submit offers by April 21, 2025. This document serves as an efficient way for small businesses to engage with federal contracting opportunities focused on public facility maintenance.
Apr 8, 2025, 8:06 PM UTC
This document outlines the requirements for vault toilet pumping services at Memorial Bridge Plaza, focusing on the management of seven 1,000-gallon vault toilets. On average, the four toilets located on the bridge require pumping approximately ten times a year, while the trail and overflow toilets necessitate service three times annually. Additionally, it addresses whether this contract is new or if there was a prior service provider, confirming that the previous BPA was 140R3023A0009. The document also clarifies that there are no known septic systems associated with these vaults, emphasizing the maintenance schedule and the need for consistent service. This information is essential for potential contractors responding to the Request for Proposals (RFP) for servicing these public facilities, ensuring they understand the service requirements and historical context of the contract. The inquiry and answers reflect the standard protocol in federal and local government operations regarding the procurement of essential services for public welfare.
Apr 8, 2025, 8:06 PM UTC
This document outlines an amendment to a solicitation (140R3025Q0023) issued by the Bureau of Reclamation for a contract that modifies the terms of an existing solicitation. The purpose of the amendment is to provide answers to questions posed by offerors regarding the solicitation. Key instructions emphasize that offers must acknowledge receipt of the amendment prior to the designated deadline to avoid rejection. The amendment includes procedural details such as the means of acknowledgment—either by completing copies of the amendment, through electronic communication, or in a separate letter—with a clear stipulation for timing. The period of performance for this contract is specified as running from May 1, 2025, to April 30, 2030. This document also includes standard forms required for contract modifications, ensuring that all terms and conditions remain valid unless explicitly changed by this amendment. The document reflects typical requirements and processes in federal solicitations for contracting and modifications, underscoring adherence to regulatory frameworks in government procurement.
Apr 8, 2025, 8:06 PM UTC
The document is a Request for Proposal (RFP) issued by the Bureau of Reclamation for various contracted services related to vault toilet pumping and maintenance of miscellaneous buildings. The contract spans multiple years, with the initial performance period set from May 1, 2025, to April 30, 2030, covering several line items for future option years. The services include specific deliverables such as the price per vault toilet service, scheduled deliveries, and anticipated exercise dates for options extending through 2030. The document specifies details like payment methods, terms, and the contact person for inquiries. Additionally, it emphasizes the inclusion of clauses from the Federal Acquisition Regulation (FAR), indicating compliance requirements. The RFP is geared towards both small businesses and those with specific designations, enhancing opportunities for diverse contractors. Overall, the purpose of this document is to solicit bids for these essential service contracts in a structured manner, ensuring transparency and adherence to federal procurement standards.
Apr 8, 2025, 8:06 PM UTC
The government document outlines the Statement of Work for public restroom septic vault pumping services at three locations surrounding Memorial Bridge Plaza. The primary purpose is to ensure that septic systems are maintained in a sanitary condition through scheduled pumping by a contractor. The contractor is required to respond promptly to service requests, completing work within designated hours: 5:30am to 7:30am at Bridge Plaza and 6:00am to 8:30am at the overflow lot and trail. The contract mandates that a Bureau of Reclamation (BOR) employee will escort the contractor during service for security and observation. The contractor must provide all necessary equipment for pumping the seven vaults, ensuring they are emptied to capacity. The contract period begins on April 1, 2025. Security measures will be subject to governmental discretion, emphasizing the importance of procedures in the operation. Overall, this document serves to establish the responsibilities and expectations for maintaining public restroom sanitation in compliance with government regulations.
Lifecycle
Title
Type
Vault Toilet Service
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
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.
Dalton Vault Winter Pumping
Buyer not available
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.
46--Grand Canyon - Roto-Jet Pump Service BPA
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for servicing and maintaining three Roto-Jet Pumps at the North Rim's Roaring Spring Pumphouse in Grand Canyon National Park. The contract will encompass annual inspections, preventative maintenance, and emergency repairs to ensure the operational efficiency of these critical water supply systems. This BPA is vital for maintaining the infrastructure that supports the park's water needs, reflecting NPS's commitment to preserving the natural resources of one of America's premier national parks. Interested vendors must submit their quotes electronically by May 7, 2025, at 10:00 AM MT, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov.
S--MTE Trash Removal Service
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking small businesses to provide weekly trash removal services at the Mt. Elbert Powerplant located in Twin Lakes, Colorado. The procurement includes the rental of three 4-yard dumpsters and encompasses all necessary labor, transportation, and supervision for the garbage removal services, which are to be performed once a week. This initiative is crucial for maintaining operational efficiency at the Powerplant and aligns with the Bureau's commitment to engaging small businesses in federal contracting. Interested parties must submit their responses, including a capability statement and relevant project experience, by April 28, 2025, to the designated government contacts, as this is a Sources Sought Notice and not a formal Request for Proposals.
91--Bulk Fuel Deliveries for Hoover Dam-BPA Set Up
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for the supply and delivery of bulk fuel for Hoover Dam. The procurement requires the delivery of various types of fuel, including E85, unleaded, and diesel (both clear and dyed), with a commitment to deliver within 48 hours of request. This opportunity is crucial for maintaining operations at Hoover Dam, and the anticipated period of performance is from June 1, 2025, to May 31, 2026, with multiple BPAs expected to be issued for five-year ordering periods. Interested firms must submit their capability statements and relevant information by May 9, 2025, to Ebonie Foskey-Anderson at efoskeyanderson@usbr.gov, including the reference number 140R3025Q0035 in the subject line.
PUMPING NORTH RIM CONCRETE SEPTIC TANK
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide septic tank pumping and inspection services at the North Rim of the Grand Canyon National Park. The contractor will be responsible for all necessary labor, materials, and supervision to perform the pumping service and generate an inspection report, as outlined in the attached scope of services. This service is critical for maintaining the wastewater treatment facilities at the park, ensuring environmental compliance and operational efficiency. Quotations are due by 1:00 PM AZ time on May 22, 2025, with an anticipated award date on or before June 1, 2025. Interested parties should contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294 for further information.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
S--Trash Pick-up and Disposal Services for LCRO
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office (LCRO), is seeking to procure trash pick-up and disposal services through a non-competitive sole source solicitation. The requirement is for recurring trash collection and disposal services at the LCRO, with Boulder Disposal Inc. identified as the only known provider capable of fulfilling these needs. This contract will be structured as a Firm-Fixed Price Purchase Order, covering a base year with the option for four additional years, with an anticipated award date in May 2025 and service commencement in July 2025. Interested parties are encouraged to submit capability statements or proposals by April 28, 2025, at 4:00 PM local time, and may direct inquiries to Ms. Angela Craig at adcraig@usbr.gov.
Folsom Dam Trash Collection and Disposal
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide trash collection and disposal services at Folsom Lake, California, through a Request for Quote (RFQ) numbered 140R2025Q0037. The contract encompasses a five-year period, starting from July 12, 2025, to July 11, 2030, and includes weekly pickups of government-owned trash and cardboard bins, as well as contractor-owned roll-off containers for various waste types. This procurement is vital for maintaining an efficient and environmentally responsible waste management system, ensuring compliance with federal guidelines while promoting small business participation. Interested vendors must submit their quotes by May 7, 2025, at 3:00 PM PST, and can direct inquiries to Sherry Heibeck at sheibeck@usbr.gov or by phone at (916) 978-6188.
GAOA Forest Wide Toilet Replacement and Installation
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for the GAOA Forest Wide Toilet Replacement and Installation project, aimed at upgrading restroom facilities across the Beaverhead-Deerlodge National Forest in Montana. This project involves the removal of outdated vault toilets, installation of new Aspen model toilets, and construction of accessible pathways, all while adhering to federal construction specifications and environmental safety standards. The initiative is part of a broader effort to enhance recreational facilities and public health within national forests, with an estimated contract value between $1 million and $5 million. Interested contractors must submit their proposals by May 21, 2025, with work expected to commence by June 1, 2025, and complete by November 1, 2027. For further inquiries, contact Paula Sales at paula.sales@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.