Nantahala Rec Vault Pumping
ID: 12444125Q0068Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 3Atlanta, GA, 303092449, 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 Department of Agriculture, specifically the Forest Service, is seeking proposals for the Nantahala Recreation Vault Pumping contract, which involves the pumping of sewage from vault toilets and septic tanks across various recreation sites in Macon, Jackson, and Swain counties, North Carolina. The contract will consist of a base year and four option years, requiring the contractor to provide all necessary personnel, equipment, and materials for the service, including proper disposal of wastewater at a qualified treatment facility. This service is crucial for maintaining sanitation and environmental standards at popular recreational areas, ensuring a safe and clean experience for visitors. Interested small businesses must submit their proposals, including technical and price components, by email to Brad Carlson at brad.a.carlson@usda.gov by 11:00 a.m. ET on August 5, 2025, with the contract value estimated under the $9 million small business size standard.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file "12444125Q0068 Nantahala Rec Vault Pumping Questions and Answers" addresses a new contract for septic vault pumping services. The government will not provide water to the contractor, nor a designated disposal area; both are the contractor's responsibility. The "Estimated Quantity" in the Price Schedule refers to the annual number of visits. The document details the septic vault sizes for various locations, including Dry Falls (2,000 Gallons), Whiteside Mtn (2,500 Gallons), Wayah Bald (2,000 Gallons), Finger Lake (1,000 Gallons), Ammons Branch Campground (1,000 Gallons), Winesprings (2,000 Gallons), Nantahala Launch Site (2,000 Gallons), Ferebee Memorial (3,000 Gallons), Wayehutta (1,000 Gallons), Dirty John (500 Gallons), Moss Knob (500 Gallons), Whitewater Falls (2,000 Gallons), and Balsam Lake Lodge (1,500 Gallons).
    The document is a Schedule of Items (SOI) for a solicitation titled "Recreation Vault Pumping - Nantahala Ranger District in North Carolina." It outlines the estimated quantities for vault pumping services at various recreation sites within the district for a base year (September 1, 2025 – August 31, 2026) and four optional years, each spanning from September 1 to August 31 of successive years through 2030. Each year lists the same 11 specific service locations, such as Dry Falls, Whiteside Mountain, and Winespring Horse Camp, along with a "Miscellaneous" category, specifying estimated quantities for each, totaling 16 units per year. The SOI includes blank spaces for unit price, extended amount, and total costs for each period, indicating that this is a pricing table for a Request for Proposal (RFP) or similar government procurement document.
    The USDA Forest Service's Nantahala Ranger District is seeking proposals for septic and vault toilet wastewater pumping services across Macon, Jackson, and Swain counties in North Carolina. This contract includes a base year and four option years. The contractor must provide all necessary personnel, materials, safety equipment, hoses, septic trucks, and tools for debris removal. Key responsibilities include pumping all liquids and solids, backflushing, recharging vaults with clean water, and proper disposal of wastewater at a qualified treatment plant. The contractor is also responsible for maintaining equipment and submitting invoices. Recreation sites vary in accessibility, with some requiring Forest Service access or extensive hoses. Safety is paramount, requiring personal protective equipment and ensuring no environmental contamination during pumping. The Contract Officer’s Representative (COR) will perform quality assurance inspections and provide immediate feedback.
    The USDA Forest Service Experience Questionnaire, referenced by FSH 6309.31 and 41 USC 1, is a comprehensive document for contractors to submit their qualifications for solicitations. It requires detailed information including business type, years of experience as a prime and/or sub-contractor, and a list of completed projects within the last three years, including contract amount, type, completion date, and client contact information. The questionnaire also asks for current contractual commitments, any past failures to complete work or work completed by performance bond, and details about the organization and available workforce for the contemplated project, including employee numbers and estimated progress rates. Furthermore, it requests the experience of principal individuals, a list of equipment with maintenance plans, and a contractor inspection, safety plan, and proposed schedule, including the use of bio-based products. The document concludes with a certification section for the certifying official. This questionnaire is vital for the Forest Service to assess a contractor's capability and experience for government projects.
    The government solicitation requests proposals for vault pumping services at various recreation sites within the Nantahala Ranger District in North Carolina, covering a base year of September 1, 2025, to August 31, 2026, and four subsequent option years. Each schedule itemizes service locations, such as Dry Falls and Whiteside Mountain, with estimated quantities and units of issue, and calls for pricing submissions from potential bidders. Each year consists of the same list of locations, totaling 16 estimated quantities across all years. The solicitation underscores the government's commitment to maintaining public recreational facilities while ensuring environmental health and regulation compliance. Bidders must provide unit prices for the services, which will determine the total contract value for both the base period and option years up to 2030.
    The USDA Forest Service seeks a contractor for septic wastewater pumping services at developed recreation sites within the Nantahala Ranger District in North Carolina. The contract entails a base year plus four optional years and requires the contractor to provide necessary personnel, materials, and equipment, including a septic truck and tools for debris removal. The scope includes pumping from various vault toilet and septic systems and maintaining proper documentation of services rendered. The contractor must adhere to safety and technical requirements, ensuring all systems are pumped thoroughly and maintained without environmental contamination. Wastewater must be disposed of properly at certified treatment plants, and any solid debris must be placed in appropriate waste containers. Inspection and payment protocols mandate that the Contract Officer’s Representative (COR) assesses service quality, providing immediate feedback and confirming satisfactory work. Invoices must be submitted electronically within five business days post-service. This SOW outlines responsibilities, ensuring operational efficiency and environmental safety in managing recreation facility sanitation needs.
    The USDA Forest Service's Experience Questionnaire serves as a pivotal document for contractors submitting proposals for federal projects. It collects essential information regarding the contractor's identity, business structure, and experience in relevant fields. Key sections include a history of completed projects over the past three years, a detailed account of ongoing contractual commitments, and the contractors' personnel and equipment availability for the project. Additionally, it assesses the contractor's past performance, safety protocols, and inspection plans, emphasizing the importance of quality assurance and bio-based product usage in the project. Lastly, a certification section requires a signature affirming the accuracy of provided information. This document streamlines the evaluation process for potential contractors, ensuring compliance with federal contracting standards while promoting accountability and project readiness.
    The solicitation 12444125Q0068 is a Request for Quotation (RFQ) for vault toilet and septic pumping services for the Nantahala Ranger District's recreation areas in Macon, Swain, and Jackson counties, North Carolina. This procurement is set aside for total small businesses, with NAICS code 562991 and a $9M size standard. The contract includes a base year (9/1/2025-8/31/2026) and four option years, extending through August 31, 2030. Offerors must submit a technical proposal (including past performance and technical capability), a price proposal, and representations and certifications. Proposals are due by email to Brad Carlson (brad.a.carlson@usda.gov) by 11:00 a.m. ET on August 5th, 2025. Evaluation will consider past performance, technical capability, and price, with technical and past performance combined being equivalent to price.
    The federal government is soliciting quotes for the provision of vault toilet and septic pumping services for the Nantahala Ranger District's recreation areas in North Carolina. This Request for Quotation (RFQ) is open exclusively to small businesses, with a size standard of $9 million under NAICS code 562991. The contract spans five years, with work beginning on September 1, 2025, and incorporates multiple option years. Interested contractors must submit a technical and price proposal, including a list of similar past projects, descriptions of equipment and personnel, and necessary various contractor certifications. The evaluation criteria for awards emphasize past performance, technical capability, and price, with a focus on the combination of technical factors being of equal weight to price. The submission deadline is August 5, 2025, and responses should be directed to Brad Carlson via email. The solicitation underscores compliance with numerous Federal Acquisition Regulation (FAR) provisions, emphasizing the importance of transparency and ethical practices in achieving governmental objectives while ensuring the service is performed to meet operational needs. This RFQ exemplifies the government’s strategy in engaging small enterprises for critical public services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    USDA Forest Service, National Forests in North Carolina, Cheoah Ranger District Recreation Site Janitorial and Mowing Services.
    Buyer not available
    The USDA Forest Service is seeking a qualified contractor to provide janitorial and mowing services for the Cheoah Ranger District recreational areas in North Carolina. The procurement involves a Blanket Purchase Agreement (BPA) Call Order for services that include trash removal, restroom cleaning, and lawn maintenance for various picnic areas. These services are essential for maintaining the cleanliness and accessibility of recreational sites, ensuring a pleasant experience for visitors. Interested parties should note that this opportunity is restricted to the approved company eligible for call orders under BPA 12444123A0007, and inquiries can be directed to Tobi Shumaker at tobi.shumaker@usda.gov.
    Janitorial & Grounds/Lawn Maintenance Services - Roan Mt & Popular Creek
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a special notice regarding the procurement of janitorial and grounds/lawn maintenance services for the Roan Mountain Recreation Area and Poplar Boat Launch in North Carolina. The scope of this procurement includes essential services such as trash removal, restroom cleaning, and lawn maintenance for various picnic areas, to be awarded as a Blanket Purchase Agreement (BPA) Call Order against an existing BPA. This opportunity is set aside for small businesses, and interested parties should note that this is not a solicitation for proposals but a notification of intent to award. For further inquiries, interested vendors can contact Tobi Shumaker at tobi.shumaker@usda.gov.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    Lagoon Aeration
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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.
    CON ENG Bearlodge Shop Sewer Repair
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.