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
    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.
    SACN - BPA for Septic Pumping
    Buyer not available
    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 adamkircher@nps.gov, and comply with all relevant federal regulations and requirements outlined in the solicitation documents.
    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.
    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.
    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.
    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.
    YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The National Park Service (NPS) is seeking a contractor to undertake the replacement of the bent and misaligned framework of the secondary clarifier at the El Portal Wastewater Treatment Plant, located adjacent to Yosemite National Park. The project aims to ensure the operational reliability of the plant, which has been treating up to 1 million gallons of wastewater daily since the 1970s, and is critical for maintaining compliance with state environmental permits. The scope of work includes the removal of existing components, surface preparation, application of a new epoxy coating, and installation of the replacement framework, with a completion timeline of 120 days. Interested contractors should contact Brian Roppolo at brianroppolo@nps.gov or call 206-220-4215 for further details regarding the solicitation process and requirements.
    Toilet Pumping for London Ranger District
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide toilet pumping services for the London Ranger District within the Daniel Boone National Forest in Kentucky. The contract encompasses a base year with the potential for four additional option years, requiring the contractor to service 41 vault toilets, ensuring compliance with environmental and public health standards. This initiative is crucial for maintaining sanitation facilities in public recreational areas, reflecting the government's commitment to service quality and environmental integrity. Interested contractors must submit their proposals, including an experience questionnaire, by the specified deadline, and can direct inquiries to Molly Sikkink at molly.sikkink@usda.gov or call 612-474-4360.
    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.
    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.