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, through the National Park Service, is seeking quotes for a Blanket Purchase Agreement (BPA) for septic pumping services at the St. Croix National Scenic Riverway in Wisconsin. The procurement aims to ensure the sanitary disposal of waste from various septic facilities over a five-year period, from May 1, 2025, to April 30, 2030, with a total budget not exceeding $45,000. This service is crucial for maintaining environmental standards and visitor safety in national scenic areas, emphasizing the importance of efficient waste management. Interested small businesses must submit their quotes by February 13, 2025, to Adam Kircher at adam_kircher@nps.gov, and comply with all relevant federal regulations and requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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
    S--BADL Biowaste Vault Pumping Service
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the Badlands National Park Biowaste Vault Pumping Service, aimed at maintaining sanitation facilities within the park. The contract involves providing septic pumping services for 13 vault toilets, with a service frequency of every three weeks over three ordering periods from April 1, 2025, to March 31, 2028. This initiative is crucial for ensuring effective waste management and environmental protection, supporting the park's infrastructure and visitor experience. Interested small businesses must submit their quotes and complete an experience questionnaire by the specified deadlines, with further inquiries directed to Nathan Ziegler at nathanziegler@nps.gov or 605-574-0480.
    SCCAO Bradbury Dam Septic Pumping Services
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide septic pumping services at the Bradbury Dam Field Office. The procurement involves establishing a Blanket Purchase Agreement (BPA) for the removal and disposal of septic waste, with services required from February 24, 2025, to February 23, 2030, under a total ceiling of $150,000. This initiative is crucial for maintaining environmental health and compliance at federal properties, ensuring effective waste management and supporting sustainable practices. Interested contractors must submit their quotations by February 17, 2025, to the designated contracting officer, Derek Celedon, at dceledon@usbr.gov.
    CHIS - ISLAND SEPTIC PUMPING & DISPOSAL
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide septic tank and vault toilet pumping and disposal services at Channel Islands National Park, specifically on Santa Cruz Island in Ventura County, California. The contract will encompass a firm-fixed-price agreement for a base year with four optional renewal years, requiring pumping services 5 to 8 times annually, with an estimated removal of 18,000 to 28,800 gallons of waste per service. This procurement is critical for maintaining the operational integrity and environmental compliance of the park's facilities, ensuring effective waste management while protecting the unique ecosystem of the island. Interested contractors should submit their quotes by the specified deadline and may contact Jack Northcutt at JackNorthcutt@nps.gov for further information.
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The Department of the Interior's National Park Service is seeking proposals for portable and vault toilet services within the Marin County areas of the Golden Gate National Recreation Area. The contract requires the contractor to provide both scheduled and on-call services, ensuring compliance with ADA standards, for a base period of one year with four optional extensions. This procurement is crucial for maintaining high standards of cleanliness and accessibility for park visitors, with specific responsibilities including timely pumping, cleaning, and inspections of units, as well as adherence to OSHA safety regulations. Interested vendors must submit their quotes by February 26, 2025, and are encouraged to attend a mandatory site visit on February 7, 2025. For further inquiries, contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
    M--CF - Canyon Ferry Vault Toilet and Sewage Pumping
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is soliciting proposals for the Canyon Ferry Vault Toilet and Sewage Pumping services, designated under Solicitation No. 140R6025Q0011. The contract requires the contractor to provide sewage vault and toilet pumping services across 19 locations within the Canyon Ferry Recreation Area, with a total of 80 pumping instances annually, ensuring compliance with federal sanitation regulations. This service is crucial for maintaining public health and safety at recreational facilities, with a total budget of $77,500 per year for the contract period from April 1, 2025, to March 31, 2026, and options for extensions through March 31, 2029. Interested contractors should contact Michael Hirsch at mhirsch@usbr.gov or call 970-744-2908 for further details, and must submit their proposals by the deadline of February 10, 2025.
    SEPTIC SERVICES BLM COTTONWOOD ID
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for septic services at the Cottonwood Field Office in Idaho, specifically for the period from May 15, 2025, to May 14, 2026. The contractor will be responsible for pumping vault toilets, servicing portable toilets, and maintaining cleanliness at various recreational sites, ensuring compliance with environmental standards and public health regulations. This procurement is crucial for maintaining sanitation facilities in recreational areas along the Lower Salmon River, supporting visitor safety and comfort. Interested small businesses must submit their proposals by February 28, 2025, at 5 PM Eastern time, and can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
    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.
    SOLID WASTE REMOVAL AND DISPOSAL
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for solid waste removal and disposal services at Everglades National Park. The procurement aims to secure a firm-fixed-price contract for a base period of 12 months, with four optional one-year extensions, focusing on maintaining sanitary conditions and protecting wildlife, particularly from food-conditioning behaviors. This contract is crucial for effective waste management and environmental conservation within the park, ensuring compliance with local, state, and federal regulations. Interested vendors must submit their quotes by February 14, 2025, following a mandatory site visit on February 7, 2025, and can contact Noelli Medina at NoelliMedina@nps.gov for further inquiries.
    1202RZ22Q0002 - I-BPA (Incident-Blanket Purchase Agreement) – Portable Toilets and Handwashing Stations
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for an Incident-Blanket Purchase Agreement (I-BPA) for the provision of portable toilets and handwashing stations across the United States. The objective of this procurement is to secure fully serviced units to support local, regional, and national fire suppression and all-hazard incidents, ensuring compliance with federal, state, and local regulations. This agreement is critical for emergency response efforts, emphasizing sanitation and environmental management during incidents, with a contract period extending from May 1, 2025, to June 30, 2027. Interested vendors must submit their quotes by 14:00 Mountain Time on February 20, 2025, and can contact Kenneth Miller at Kenneth.C.Miller@USDA.gov or 385-441-2764 for further information.
    J--MAINTENANCE OF SEWER LIFT PUMP WET WELLS at the Ma
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide maintenance services for sewer lift pump wet wells at the Maritime Museum Building within the San Francisco Maritime National Historical Park. The project involves servicing four historical lift stations, including vacuuming, cleaning, and inspecting the wet wells, while ensuring minimal disruption to park visitors and compliance with safety regulations, including OSHA standards. This maintenance is crucial for preserving the operational integrity of essential infrastructure within a federally managed historical site. Interested contractors must submit their quotations by February 14, 2025, following a mandatory site visit on February 10, 2025, and can direct inquiries to Michael Gabriel at MichaelGabriel@nps.gov or by phone at 415-561-4790.