Z--REPLACE SEPTIC AT FT RALEIGH VIP RV PADS
ID: 140P5324Q0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

PSC

REPAIR OR ALTERATION OF SEWAGE AND WASTE FACILITIES (Z2ND)

Set Aside

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

    Presolicitation notice: The Department of the Interior, National Park Service, plans to replace the septic tank and drainfield at the Volunteer in the Park (VIP) Recreational Vehicle (RV) Pads on Fort Raleigh National Historic Site. The existing system is past its useful life and does not properly drain. The new septic system will meet North Carolina Building Code and will be installed by a qualified installer. The project includes emptying the existing septic tank, demolishing the existing concrete septic tank and drainfield components, removing designated trees and roots, removing unsuitable soil, providing a new 1,000 gallon concrete septic tank, providing a new distribution tank and infiltrator chamber drainfield, and hydroseeding the disturbed areas. The procurement is set-aside for small business concerns and will be awarded as a firm-fixed price contract. The period of performance is 90 days. Offerors must be registered in the System for Award Management (SAM) to participate.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Similar Opportunities
    S--SACN - BPA for Septic Pumping
    Buyer not available
    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. The procurement aims to ensure sanitary conditions by managing the pumping and disposal of waste from various septic facilities located in rural areas of Wisconsin and Minnesota, with services required from May 1, 2025, to April 30, 2030, and a total budget of $45,000. This initiative is critical for maintaining environmental compliance and public safety within national scenic areas, emphasizing the importance of efficient service delivery in remote locations. Interested contractors must submit their proposals by 11:00 AM CST on February 19, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.
    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.
    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.
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is seeking proposals for the installation of a new septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside under NAICS code 238910, involves the complete demolition of the existing septic system and the construction of a new system compliant with state regulations, with a budget estimated between $250,000 and $500,000. The initiative is crucial for maintaining the functionality and environmental safety of recreational facilities, enhancing visitor experiences while adhering to federal environmental standards. Interested contractors must submit their proposals electronically by March 7, 2025, and are encouraged to contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or 703-358-2313 for further details.
    C--ACAD 255256 - Replace Harden Farm Sewage System With Connection to Municipal
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to solicit proposals for the construction of a new sewer pump station and related infrastructure at Acadia National Park in Bar Harbor, Maine. The project aims to replace the existing sewage system with a connection to the municipal system, including the installation of a sewer forcemain to accommodate year-round employee housing and upgrades to electrical services. This initiative is part of a total small business set-aside, emphasizing opportunities for small, veteran-owned, and women-owned businesses, with an estimated project value between $1 million and $5 million and a completion timeline of 365 days. Interested contractors should register in the Systems for Awards Management (SAM) and can expect the formal solicitation to be issued around March 15, 2025; for further inquiries, contact Tony Jasper at tonyjasper@nps.gov or call 303-969-2789.
    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.
    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, through the 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. These services are crucial for maintaining sanitation and accessibility for park visitors, with specific responsibilities including timely pumping and cleaning of units, monthly inspections, and 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.
    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.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.