S--BADL Biowaste Vault Pumping Service
ID: 140P6325Q0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, 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 the Interior, through the National Park Service, is soliciting bids for the S--BADL Biowaste Vault Pumping Service at Badlands National Park in South Dakota. The contract involves providing septic pumping services for 13 vault toilets over three ordering periods from April 1, 2025, to March 31, 2028, with a frequency of service every three weeks. This procurement is crucial for maintaining sanitation facilities within the park, ensuring a clean and safe environment for visitors while adhering to federal waste management standards. Interested contractors must submit their quotes by February 18, 2024, and can direct inquiries to Nathan Ziegler at nathan_ziegler@nps.gov or call 605-574-0480.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service requires septic pumping services for 13 vault toilets located within Badlands National Park, South Dakota. The contract is structured into three ordering periods from April 1, 2025, to March 31, 2028, with a frequency of septic pumping every three weeks. The contractor is responsible for providing a service schedule post-award, while NPS will support the wastewater treatment process post-pumping. Each vault has a capacity of approximately 1,000 gallons, and the contractor must implement a quality control program ensuring compliance with standard practices. The locations of the vaults include various parking lots and campgrounds within the park, all equipped with rear access hatches for service. This requirement emphasizes maintenance of sanitation facilities to support park visitors and protect the environment.
    The document outlines an experience questionnaire for contractors seeking to provide septic pumping services for government projects. It requires details about the contractor's business type, years of experience, specific services rendered in the last three years, and current contract commitments. Key sections include whether the contractor has ever failed to complete work, details about organizational capacity (employee counts and equipment availability), and the experience of principal individuals involved in the project. Financial responsibility is also assessed by requesting information from the contractor's bank. The certification statement emphasizes the contractor’s obligation for providing accurate information to the National Park Service. This document serves as a tool to evaluate contractor qualifications and reliability in order to ensure successful project completion under federal and local guidelines.
    The document details a solicitation for a firm fixed-price contract for Vault Toilet Septic Pumping Services, identified by Solicitation Number 140P6325Q0004. It outlines three ordering periods for service pricing, with contractors expected to provide competitive rates based on the included Statement of Work. The final award decision will consider the pricing offered for each period and must encompass all applicable taxes. The contractor must fill out a price schedule, indicating costs for 130 annual services across the three ordering periods. This solicitation emphasizes the government’s intent to secure reliable septic pumping services while ensuring budgetary transparency and accountability through a structured pricing format.
    The document is a sign-in sheet for a site visit related to the Request for Quote (RFQ) 140P6325Q0004 issued by the U.S. Department of the Interior, specifically through the National Park Service. The site visit is scheduled for February 10, 2025, at 11:00 a.m. MST, taking place at the Ben Reifel Visitor Center located in Badlands National Park, South Dakota. The sheet includes space for participants to provide their names, signatures, company affiliations, phone numbers, and email addresses, indicating a structured approach to document attendees for the visit related to the RFQ. This site visit is likely a precursor to evaluating proposals or requirements for a project involving the national park, underscoring the government's transparent and organized procurement process.
    The document provides a series of questions and answers related to the maintenance and conditions of various vaults and a lagoon near a visitor center. It outlines approximate mileage between vaults, with distances ranging from 2.5 miles to 13 miles, measured via Google Earth. The lagoon's location is noted to be 1.25 miles south of the Ben Reifel Visitor Center. Trash accumulation within the vaults is acknowledged, and it is confirmed that the vaults are primarily concrete, with some featuring a black liner for extra protection. This information suggests a need for awareness regarding maintenance during any RFPs or grants related to site management or environmental concerns. Overall, the document's purpose pertains to logistical and environmental factors crucial for planning related to federal and state/local RFP initiatives.
    This document is an amendment to a Request for Quotes (RFQ) for Toilet Vault Septic Pumping Services at Badlands National Park. The primary purpose of the amendment is to update the details concerning the site visit, which has been scheduled for February 10, 2025, at 11:00 AM MST, at the Ben Reifel Visitor Center in Interior, SD. The amendment also outlines the procedure for acknowledging receipt of this amendment, which is critical to ensuring that offers are not rejected due to non-compliance. Various methods for acknowledging receipt are specified, including submitting a copy of the amendment or a separate electronic communication. Additionally, the document addresses conditions for modifying offers already submitted. It is crucial for contractors to be aware of these requirements to maintain the validity of their proposals. Overall, the amendment serves to communicate critical updates to prospective bidders, ensuring they have accurate information when preparing their submissions.
    The document pertains to a Request for Quotes (RFQ) for Toilet Vault Septic Pumping Services at Badlands National Park. It includes an amendment confirming several updates: the provision of a Site Visit Sign-in Sheet and a Questions and Answers section, as well as an extension of the RFQ closing date to February 18, 2024, at 12:00 MST due to a federal holiday. All quotes submitted must acknowledge receipt of this amendment through specified methods to be considered valid. This amendment underscores the procedural requirements and deadlines essential for contractors participating in the bidding process, highlighting the importance of compliance with amendment notifications. The document ensures clarity regarding submission protocols, responding to contractor inquiries, and adjusts the timeline to accommodate participants. Overall, it reflects the federal government's structured approach to engaging vendors for necessary services while maintaining transparency and fairness in the solicitation process.
    The document is a Request for Quote (RFQ) for Biowaste Vault Pumping Services at Badlands National Park, issued on Standard Form 1449. It outlines the solicitation's purpose, which is to establish a firm fixed-price contract for sewage removal from vault toilets over three ordering periods from April 1, 2025, to March 31, 2028. Offerors are required to submit quotes for all elements of the Price Schedule and are encouraged to perform a site visit, scheduled for February 10, 2025. The RFQ specifies that the government will issue task orders, providing flexibility for service demand and requiring a minimum of one pumping service. The contract's compliance is governed by the Federal Acquisition Regulation (FAR), including instructions for submission and evaluation criteria focused on technical capability and price. It also incorporates mandatory representations related to telecommunications services and small business classifications. The overall goal is to ensure effective and efficient waste management services at the park while adhering to federal contracting standards and promoting compliance with small business participation. This solicitation reflects the government's commitment to maintaining park infrastructure and supporting local economies through strategic contracting practices.
    The National Park Service (NPS) intends to issue a Request for Quotes (RFQ) for an indefinite delivery, fixed-price contract for vault pumping septic services at Badlands National Park in South Dakota. The contract will cover the management of 13 toilet vaults in various locations throughout the park. The performance period is expected to last approximately three years, starting on April 1, 2025. This acquisition is set aside for small businesses, with a small business size standard of $9 million according to the NAICS code 562991. Interested offerors must be registered and active in the System for Award Management (SAM) with a Unique Entity Identifier (UEI) number. The official RFQ solicitation package will be posted on http://www.sam.gov/ within the next two business days, and no physical or email copies will be provided. For further inquiries, interested parties can contact Nathan Ziegler, the Contract Specialist.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Solicitation for Concession Opportunity for Lodging, Food & Beverage, Retail, and Camping within Badlands National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a concession opportunity that encompasses lodging, food and beverage services, retail, and camping within Badlands National Park in South Dakota. The objective of this procurement is to enhance visitor experiences by providing essential amenities and services that cater to the needs of park guests while promoting the natural and cultural resources of the area. This opportunity is significant as it supports the park's mission to offer quality recreational experiences and contributes to the local economy. Interested parties can reach out to Eric Nikkel at ericnikkel@nps.gov or call 402-661-1772 for further details regarding the solicitation process.
    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.
    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.
    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.
    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.
    SFO - RECREATIONAL SITES JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational sites, specifically at the Box Canyon and Socorro Nature Area in New Mexico. The contract requires cleaning specific restroom facilities twice weekly, including tasks such as trash removal, sweeping, and reporting maintenance issues, with the contractor responsible for all necessary supplies and equipment. This procurement underscores the BLM's commitment to maintaining clean public facilities, with a contract duration comprising a base year and an optional follow-up year. Interested vendors must submit their quotations by March 19, 2025, and can contact Lashondra Hubbard at lhubbard@blm.gov or 520-780-3978 for further details.
    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.
    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.
    B--MORU Rock Block Studies
    Buyer not available
    The National Park Service (NPS) is preparing to solicit proposals for Rock Block Monitoring Services at Mount Rushmore National Memorial in South Dakota. The contractor will be responsible for managing and maintaining the rock block monitoring system, ensuring its operability, and providing an annual report to the Contracting Officer’s Representative. This five-year firm-fixed price service contract, which includes five option periods, is crucial for the ongoing safety and preservation of the monument, with an anticipated solicitation release around February 20, 2025, and responses due approximately 20 days later. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    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.