S--SACN - BPA for Septic Pumping
ID: 140P6025Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- OTHER (S299)

Set Aside

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

    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 adam_kircher@nps.gov or by phone at 402-661-1606.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses questions from contractors regarding septic waste disposal services for National Park Service (NPS) sites in Wisconsin and Minnesota. It outlines that contractors must adhere to local, state, and county regulations for waste management. Key points include the expected pump-out volume detailed in the scope of work, emergency service conditions related to flooding, and that NPS personnel will provide site access. The document indicates an estimated frequency of emergency service calls as once every three years for specific locations. Additionally, equipment used must be capable of accessing all sites, particularly challenging locations like Eagles Nest Campground. There is no current contractor providing these services, marking this as a new requirement. Conditions that trigger emergency calls include rising water levels and adverse weather, with NPS making requests based on potential threats. Overall, the document serves as a critical guideline for contractors bidding on a federal request for proposal focused on environmental compliance and public safety within park facilities.
    The document outlines a federal government Request for Proposal (RFP) for a Blanket Purchase Agreement (BPA) to provide sanitary septic pumping services and disposal for the St. Croix National Scenic Riverway from May 1, 2025, to April 30, 2030, with a total budget of $45,000. The contractor will manage the pumping and transport of waste from various septic facilities located in rural settings across Wisconsin and Minnesota. Services include periodic pumpings at specified intervals for each location, with detailed responsibilities for spills, site cleanliness, and waste disposal compliance outlined. The contractor must be equipped for access difficulties due to the remote locations and is required to perform routine and emergency services within specified timeframes. Invoicing will occur monthly through the designated platform. Overall, this RFP emphasizes the federal commitment to maintaining sanitary conditions in national scenic areas, underlining the importance of both service efficiency and environmental care.
    The document outlines maintenance requests for the St. Croix National Scenic Riverway's Lower District, detailing service locations and types across Wisconsin and Minnesota. Key maintenance tasks include servicing vault tanks, septic tanks, and portable toilets at various landings and campgrounds. The schedule spans from May 1, 2025, through April 30, 2030, defining specific quantity requests for each site. Wisconsin requires services at the Lower District Maintenance Shop and Nevers and Somerset Landings, while Minnesota outlines similar needs primarily focused on Osceola Landing and Eagles Nest Campground. This request for proposals (RFP) seeks to secure ongoing maintenance support, ensuring sanitation and operational efficiency within the National Riverway, essential for environmental and visitor safety. The overall purpose is to solicit bids for regular service interventions, maintaining critical infrastructure associated with these recreational sites.
    This document outlines an amendment (140P6025Q0007) to a solicitation related to a Blanket Purchase Agreement (BPA) for septic pumping services, specifically for the National Park Service in the Lower District Maintenance area. The amendment serves two primary purposes: to upload responses to contractor questions and to extend the due date for submissions to 11:00 AM CST on February 19, 2025. The period of performance for the awarded contract is from May 1, 2025, to April 30, 2030. Contractors must acknowledge receipt of this amendment to ensure their offers are considered. The amendment includes specifics on submission procedures and clarifications regarding contract modifications. Overall, this document is essential for maintaining clear communication between the contracting authority and potential contractors, ensuring all bids are submitted correctly and on time.
    The document is an amendment to Solicitation No. 140P6025Q0007, specifically concerning the BPA for Septic Pumping at the SACN Lower District Maintenance. The primary purpose of this amendment is to extend the due date for offers until 11:00 AM CST on February 26, 2025, indicating that the timeline for potential contractors to submit their proposals has been extended. The period of performance outlined in the document spans from May 1, 2025, to April 30, 2030. The amendment specifies that offers must acknowledge receipt of this amendment using one of three defined methods prior to the due date to avoid rejection. It also clarifies that if any changes to previously submitted offers are needed, they should be communicated appropriately. The document emphasizes adherence to the rules outlined in FAR 43.103(b) for effective contract modification and maintains that all other terms remain unchanged, underscoring the essential nature of adhering to contractual obligations and formal procedures. Overall, this amendment ensures that all interested parties have ample time to prepare their submissions while maintaining compliance with established guidelines.
    The document is a Request for Quotation (RFQ) for a Blanket Purchase Agreement (BPA) concerning septic pumping services for the National Park Service (NPS), specifically for the St. Croix National Scenic Riverway, with a contract term from May 1, 2025, to April 30, 2030, and a total value not exceeding $45,000.00. It outlines the necessary procedures for submitting quotes, including a checklist of required documents, and mandates that all submitters be registered in the System for Award Management (SAM) as small businesses. The solicitation incorporates various clauses regarding government regulations, contract terms, and conditions pertinent to commercial products and services. The document also emphasizes adherence to environmental and safety regulations, including prohibitions against certain telecommunications services. The RFQ aims to collect competitive offers for septic pumping services while ensuring that submissions are compliant with the outlined regulations and specifications, facilitating efficient government procurement processes. Consequently, this document reflects the federal government’s structured approach to soliciting vendor services while maintaining compliance and supporting small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GATEWAY ARCH NATIONAL PARK (JEFF) REQUIRES SEDIMEN
    Buyer not available
    The National Park Service (NPS) is seeking qualified small businesses to provide sediment trap cleanout services at Gateway Arch National Park in St. Louis, Missouri. The project involves vacuuming and cleaning three stormwater sediment traps, requiring the contractor to supply all necessary labor, equipment, and supervision, as outlined in the attached scope of work. This service is crucial for maintaining the park's sewage and waste facilities, ensuring compliance with federal regulations while promoting efficient park maintenance. Interested contractors must submit their quotations by March 21, 2025, with the performance period scheduled from April 1 to April 30, 2025. For further inquiries, contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    Charbonneau Park Septic Pump and Inspection
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the maintenance and inspection of septic systems at Charbonneau Park in Burbank, Washington. This procurement aims to address critical maintenance needs due to inadequate past servicing, ensuring compliance with health standards set by the Washington State Department of Health and safeguarding the safety of park visitors. The project involves a one-time service that includes the complete pumping and inspection of two septic tanks, with detailed reports required within 48 hours of task completion. Interested contractors can contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil for further information. This opportunity is set aside for small businesses under the SBA guidelines.
    INSPECT AND CLEAN POTABLE WATER TANK
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to inspect and clean a 50,000-gallon potable water tank at Walnut Canyon National Monument in Arizona. The procurement requires bidders to provide all necessary labor, materials, and equipment, with a contract execution timeline set from April 14, 2025, to August 15, 2025. This initiative underscores the importance of maintaining essential infrastructure for public health and safety while supporting small business participation in federal contracting. Interested parties must submit their quotations by March 25, 2025, and can direct inquiries to Dennis Zoltak at denniszoltak@nps.gov or call 720-670-0856.
    MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    GRAND CANYON NATIONAL PARK WATER HAULING BPA
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide potable water hauling services via a Blanket Purchase Agreement (BPA) for the North Rim of Grand Canyon National Park. The procurement involves the supply, delivery, and offloading of up to 5,000 gallons of potable water, with specific delivery schedules to be determined through individual BPA calls. This initiative is crucial for ensuring the availability of essential water resources in the park, supporting both visitor needs and environmental management. Interested vendors must submit their quotes electronically by April 2, 2025, and must be registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI). For further inquiries, potential bidders can contact Lindsay McLaughlin at lindsaymclaughlin@nps.gov or call 719-470-8678.
    Z--SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the inspection and cleaning of a 50,000-gallon potable water tank at Sunset Crater National Monument in Arizona. The project requires contractors to perform thorough inspections using remotely operated vehicles (ROVs) or divers, ensuring compliance with environmental and safety standards, while also providing detailed reports with photographs and recommendations. This initiative underscores the importance of maintaining safe and reliable public water systems, with a total small business set-aside to encourage participation from small enterprises. Interested contractors must submit their quotes by March 14, 2025, and can contact Rebecca Myers at rebeccamyers@nps.gov or 719-715-3625 for further information.
    Circle X WELL REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the Circle X Well Repair project located in the Santa Monica Mountains National Recreation Area. This procurement aims to address emergency repairs needed for the Circle X Well, which is crucial for providing safe, bacteria-free water to the park's public and private sources, including the re-lining of the well casing and ensuring compliance with safety standards. The selected contractor will be awarded a firm fixed-price contract based on best value considerations, with performance expected from March 21 to April 4, 2025. Interested small businesses must submit their quotes electronically by March 19, 2025, and can contact Patty Payne at PattyPayne@nps.gov or 559-730-6435 for further details.
    J--Gateway Arch National Park requires the backflow r
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for a service contract focused on the replacement of backflow preventers at Gateway Arch National Park in St. Louis, MO. The project requires contractors to provide labor, materials, equipment, and supervision for the replacement of two backflow preventers, with a performance period scheduled from April 1, 2025, to May 31, 2025. This procurement is significant for maintaining the park's infrastructure and ensuring compliance with safety regulations. Interested small businesses must submit their quotes by 1:00 PM MST on March 28, 2025, and can direct inquiries to Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Waste Water Treatment Operator for the Monongahela NF Cheat-Potomac RD
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking a qualified contractor to operate the wastewater treatment facility at the Cheat-Potomac Ranger District in Petersburg, West Virginia. The contract, which runs from February 1, 2025, to December 31, 2025, includes responsibilities such as monitoring and testing the wastewater system, requiring the contractor to have certified personnel for the relevant plant class. This procurement is crucial for maintaining environmental standards and operational efficiency at the facility, ensuring compliance with federal regulations. Interested parties must submit their proposals by January 29, 2025, and can contact Keith Reichard at keith.reichard@usda.gov for further information.