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
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified contractors for the replacement of the septic system at Hidden Lake Campground within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside, involves the complete demolition of the existing septic system and the construction of a new system that complies with Alaska Department of Environmental Conservation regulations. The initiative is crucial for maintaining the campground's infrastructure, ensuring environmental compliance, and enhancing visitor experiences in this popular recreational area. Proposals are due by March 7, 2025, at 3:00 PM Mountain Standard Time, with the project expected to commence on April 1, 2025, and conclude by June 14, 2025. Interested contractors can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or by phone at 703-358-2313 for further details.
    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.
    Install a septic tank and lagoon in Mayetta, KS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to install a septic tank and lagoon system in Mayetta, Kansas. The project involves constructing a 1,000-gallon septic tank, a wastewater lagoon, and associated piping, with adherence to specific construction standards and local regulations. This procurement is crucial for enhancing residential sanitation systems and ensuring compliance with federal guidelines, including the Davis Bacon wage decision. Interested parties must submit their quotes by February 28, 2025, and can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or 405-951-3740 for further information.
    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.
    Y--THRO LIFT STATION Construction Project
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for the construction of a new lift station at Theodore Roosevelt National Park in Medora, North Dakota. The project aims to replace existing facilities that have reached the end of their useful life, involving the construction of a lift station, force main, and drain field, with specific components to be abandoned by others. This initiative is crucial for maintaining the park's infrastructure and serviceability, with an estimated budget between $500,000 and $1,000,000 and a completion timeline of 180 days following the Notice to Proceed. Interested firms must submit their qualifications, including company details and relevant SBA certifications, via email to Joseph Kirk at josephkirk@nps.gov by February 20, 2025, referencing the project number.
    S--MIMA 2025 APRIL EVENTS PORTABLE TOILETS
    Buyer not available
    The Department of the Interior's National Park Service is seeking a contractor to provide portable toilet and hand wash station rental services for the 2025 Patriot’s Day events at Minute Man National Historical Park. The contract, which spans from April 17 to April 22, 2025, requires the delivery, maintenance, and pickup of 117 standard and 41 ADA-accessible portable toilets, along with 29 hand wash stations, across multiple designated locations within the park. This procurement is crucial for ensuring public health and safety during significant historical events, enhancing the visitor experience while adhering to compliance and safety standards. Interested contractors must submit their proposals by acknowledging the amendment updates and must contact Mari Tolleson at maritolleson@nps.gov or 857-283-4598 for further details.
    Garrett Hull OSS (Makah)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified small businesses to provide an on-site septic system in Clallam Bay, Washington. The project involves the installation of a sewer system, treatment tanks, and a drain field, with an estimated cost ranging from $25,000 to $100,000. This opportunity is particularly significant as it encourages participation from Indian Economic Enterprises under the Buy Indian Act, promoting Native American ownership in federal contracting. Interested firms must submit their responses by March 10, 2024, and can direct inquiries to Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov for further information.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is preparing to issue a Request for Proposals (RFP) for a firm fixed price construction contract to install a fire suppression system at the Early Home within the Andrew Johnson National Historic Site in Greeneville, TN. This project will require contractors to provide all necessary resources to complete the installation in accordance with the provided Statement of Work and Drawings. The opportunity is set aside exclusively for small businesses under NAICS Code 238220, emphasizing the importance of fire safety equipment in historic preservation. Interested contractors should expect the solicitation to be available on SAM.gov around February 13, 2024, and must ensure they are registered on the System for Award Management. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov.