CHIS - ISLAND SEPTIC PUMPING & DISPOSAL
ID: 140P8425Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

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

    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 Jack_Northcutt@nps.gov for further information.

    Point(s) of Contact
    Northcutt, Jack
    Jack_Northcutt@nps.gov
    Files
    Title
    Posted
    The National Park Service (NPS) is soliciting a firm-fixed-price contract for the pumping and disposal of septic systems on Santa Cruz Island, part of Channel Islands National Park. The contract covers a base year plus four optional successive years, with pumping services required 5 to 8 times annually, removing between 18,000 to 28,800 gallons of waste. Critical transportation logistics include the NPS providing travel for contractor personnel and equipment via a vessel from Ventura Harbor, with specific guidelines to address weather unpredictability. The contractor's equipment must meet defined specifications, comply with sanitation standards, and prevent environmental contamination. Furthermore, strict biosecurity measures are outlined to protect the island's ecosystem, including cleanliness of personnel and equipment, restrictions on materials brought to the island, and mandated inspections. Performance is to occur during standard business hours, and contractors are responsible for all related costs. Payment will be electronically processed through the U.S. Department of Treasury's Invoice Processing Platform. This agreement underscores NPS's commitment to effective waste management while safeguarding the unique natural resources of Santa Cruz Island.
    The document pertains to the Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage rates and fringe benefits that federal contractors in California, specifically Ventura County, must adhere to for covered workers. The minimum wage for contracts awarded post-January 30, 2022, is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage of $13.30 per hour. It details various occupations along with their corresponding wage rates, emphasizing mandatory health and welfare benefits of $5.36 per hour, vacation provisions, and holidays. Additionally, the document notes compliance obligations related to paid sick leave under Executive Order 13706 and provides a conformance process for unlisted job classifications. Overall, it serves as a comprehensive guide for federal contractors on wage compliance and associated worker protections under the applicable laws and regulations, aiming to ensure fair compensation for labor under federal contracts.
    The document outlines specific provisions regarding telecommunications and equipment compliance for federal contracts, particularly highlighting prohibitions under Section 889 of the John S. McCain National Defense Authorization Act. It mandates that offerors represent their use or provision of "covered telecommunications equipment or services" in their bids. This includes detailed definitions, restrictions on contracting with entities that use such equipment, and the need for a reasonable inquiry into supply sources. Additional sections cover federal acquisition supply chain security, certifications related to small business status, and various other representations and disclosures required for compliance with federal laws. The document serves as a critical guideline for offerors submitting proposals in response to government RFPs, ensuring adherence to established legal and regulatory standards while enhancing national security against potential risks associated with specific telecommunications services. The requirements emphasize transparency and accountability in the procurement process.
    The document outlines the requirements for potential quoters responding to RFQ No. 140P8425Q0008, specifically focusing on the demonstration of their technical capabilities through the submission of relevant experience and past performance. Quoters are instructed to provide details of similar projects they have completed, including contract numbers, amounts, project titles, dates performed, agencies or owners involved, contacts, and descriptions of the work performed. This structured approach aims to assess the quality of the bidders' products or services, which is essential for evaluating their suitability for the contract. The form emphasizes the need for references from previous customers to validate the quoter's claims regarding their capabilities. The overall purpose is to ensure that the agency selects a qualified vendor who has a proven track record in similar projects, thereby aligning with the goals of government RFP processes.
    The document outlines a Request for Quotation (RFQ) for septic tank and vault toilet pumping and disposal services at Channel Islands National Park, California. It specifies various components, including contractor obligations, service requirements, and compliance with federal regulations. The RFQ covers the solicitation process, emphasizing the need for quotes by a specified deadline and adherence to given terms and conditions. The contract includes a period of performance from April 1, 2025, through March 31, 2030, with options for additional service years. Evaluation criteria feature pricing, technical capability, and past performance. Notable clauses govern compliance with labor standards and insurance obligations. The document stresses the importance of using the U.S. Department of the Treasury's Invoice Processing Platform for payments and outlines necessary documentation for billing. Overall, this RFQ serves to obtain competitive bids for mandated services while ensuring that contractors meet federal standards and performance expectations, ultimately aiming to maintain the facility's operational integrity and environmental compliance.
    Lifecycle
    Title
    Type
    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.
    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.
    Toilet Pumping for Stearns Ranger District on Daniel Boone NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for toilet pumping services at the Stearns Ranger District within the Daniel Boone National Forest in Kentucky. The contract encompasses a base year with the option for four additional years, requiring the contractor to provide all necessary equipment, labor, and supervision for the timely removal and proper disposal of waste from vault toilets, while ensuring cleanliness and hygiene standards are met. This procurement is crucial for maintaining public health and safety in recreational areas, enhancing visitor experiences, and supporting environmental stewardship. Interested small businesses must submit their proposals, including a detailed experience questionnaire, by the specified deadline, and can direct inquiries to Molly Sikkink at molly.sikkink@usda.gov.
    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.
    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.
    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.
    ISTF Waste Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for waste removal services at the United States Marine Corps Training Facility in Okinawa, Japan, under solicitation number M6740025Q0008. The contractor will be responsible for the installation and maintenance of portable toilets and hand wash stations, as well as the removal of waste and grey water, with a focus on compliance with local regulations and environmental standards. This contract is crucial for maintaining sanitation and hygiene at the facility, ensuring minimal disruption to military operations, and supporting local veterans and small businesses. Interested parties should contact Capt Caleb Rogers at caleb.h.rogers.mil@usmc.mil or Erich Lamm at erich.lamm@usmc.mil for further details, with the contract period running from April 17 to December 16, 2025.
    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.
    P--Crystal Creek Camp Demolition, NPS-WHIS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotations for the demolition of Crystal Creek Camp located in Whiskeytown National Recreation Area, California. The project entails the systematic dismantling of various structures, including those containing hazardous materials such as asbestos, along with site grading and restoration efforts, all while adhering to environmental and safety regulations. This initiative is part of the federal commitment to enhance national recreation areas by removing outdated facilities and restoring natural conditions, thereby improving ecological integrity and visitor experience. Interested small business contractors must submit their quotations by April 4, 2025, with the project scheduled for execution between September 1 and December 31, 2025. For further inquiries, contractors can contact Rocio Gomez Macias at rociogomezmacias@nps.gov or by phone at 415-464-5204.