PURCHASE REPAIRS FOR WASTEWATER TREATMENT PLANT AT
ID: 140P5224Q0072Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

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

    The National Park Service, part of the Department of the Interior, is soliciting quotes for repairs to the Wastewater Treatment Plant at Barataria Preserve, located within the Jean Lafitte National Historical Park. The project involves critical tasks such as removing old components, cleaning the wet well, and installing new systems to ensure the facility operates effectively and complies with federal regulations. This procurement is particularly significant as it underscores the government's commitment to maintaining essential infrastructure while supporting small businesses, as the solicitation is set aside for total small business participation. Interested contractors must have a valid Unique Entity ID and active registration in the System for Award Management (SAM), with key deadlines including a site visit on September 4, 2024, questions due by September 11, and quotes due by September 13. For further inquiries, potential bidders can contact Dallas Harper-Staub at dallas_harper-staub@nps.gov or call 256-986-0815.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the wage determination under the Service Contract Act (SCA) for contractors involved with federal contracts, specifically for Louisiana parishes. It specifies minimum wage requirements dictated by Executive Orders 14026 and 13658, which mandate a minimum hourly wage of $17.20 for contracts post-January 30, 2022, and $12.90 for those between January 1, 2015, and January 29, 2022, if not renewed afterward. The register provides detailed wage rates for various occupations—from administrative roles to medical positions—clarifying benefits and additional pay requirements, including health and welfare provisions and compliance with recent paid sick leave legislation. Additionally, it explores the conformance process for unlisted worker classifications and associated wage rates. This document is critical for ensuring fair compensation and adherence to federal regulations in government contracting, facilitating transparency and worker protections across different job sectors. Effective management of these wages is essential for compliance in federal RFPs and grants.
    The National Park Service is soliciting emergency repairs for the wastewater treatment facility at the Visitor Center in Barataria Preserve, Jean Lafitte National Historical Park. The contractor is expected to provide all necessary labor, materials, and equipment while ensuring compliance with federal and park regulations. The work entails removing the old guard rail system, cleaning the wetwell, and installing new infrastructure. Work hours are restricted to weekdays from 7:00 a.m. to 3:00 p.m., excluding federal holidays. Safety is paramount, with contractors required to implement an effective accident prevention program and adhere to OSHA standards. Reportable accidents must be communicated immediately, with damages addressed at no additional cost to the government if negligence is involved. Environmental protection protocols must be followed to prevent contamination, and any hazardous materials must be properly handled. Contractor employees must wear identifiable uniforms, and vehicles must display company names visibly. This contract signifies the Park Service's dedication to maintaining infrastructure integrity while adhering to safety and environmental standards.
    The document pertains to the specifications of a submersible wastewater pump, indicated as essential for sewerage treatment operations. The pump operates on a voltage of 208 volts in a three-phase system and is connected to a leak detector, which enhances operational safety. The equipment is supplied by Buskirk & Owens, Inc. from Hayesville, Ohio. Key control features include an alarm system with options for testing and resetting, signifying alerts for both operational status and maintenance needs. Safety instructions emphasize disconnection prior to servicing to prevent accidents. The overview of the pump and its specifications suggests its deployment in environments that require reliable sewage management, advancing compliance with federal or state wastewater handling guidelines. Overall, this summary highlights the necessary operational and safety details pertinent for stakeholders involved in wastewater management within governmental frameworks.
    The National Park Service is soliciting quotes for repairs to the Wastewater Treatment Plant at Barataria Preserve, part of Jean Lafitte National Historical Park. This Request for Quote (RFQ) outlines the necessary work, including removing old components, cleaning the wet well, and installing new systems. The contract will be awarded based on criteria such as pricing, the ability to fulfill the scope of services, and past relevant performance. The solicitation is set aside for small businesses, and prospective bidders must have a valid Unique Entity ID and an active registration in the System for Award Management (SAM). Key dates include a site visit on September 4, 2024, with questions due by September 11, and quotes due by September 13. Additionally, applicable clauses and provisions from the Federal Acquisition Regulation (FAR) and various labor standards must be followed, including those concerning telecommunications services and labor laws. The document emphasizes the importance of compliance with federal laws governing contractor conduct and environmental protections. Overall, this request demonstrates the government's commitment to maintaining its facilities while ensuring compliance with legal standards and support for small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    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.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.