CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
ID: 1240BE26Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICESIUSLAW NATIONAL FORESTCORVALLIS, OR, 97331, 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 U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District of the Siuslaw National Forest in Oregon. The contract, set aside for small businesses, encompasses a base year from January 1, 2026, to December 31, 2026, with two additional option years, primarily requiring services from April to October. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, ensuring compliance with all associated fees at a commercial treatment facility off National Forest Lands. Proposals must be submitted by December 15, 2025, at 1500 PT, and will be evaluated based on technical capability, past performance, and price. Interested parties can contact Jared D. Machgan at jared.machgan@usda.gov for further information.

    Point(s) of Contact
    Jared D Machgan
    jared.machgan@usda.gov
    Files
    Title
    Posted
    The USDA Forest Service is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District of the Siuslaw National Forest. This RFP, set aside for small businesses, covers a base year (January 1, 2026, to December 31, 2026) and two option years, with services primarily needed from April to October. The contractor will be responsible for sewage and debris removal, disposal, and payment of all associated fees at a commercial treatment facility off National Forest Lands. Proposals must include a technical proposal with past performance, a fixed-firm price proposal, and contractor representations and certifications. Offers are due by December 15, 2026, at 1500 PT and will be evaluated based on technical capability, past performance, and price. The document also details quality control, invoicing procedures via the IPP, and an ombudsman program for agency protests.
    The document provides essential safety guidelines for natural disasters, specifically earthquakes and tsunamis, and lists local tour guide services and restroom locations. For earthquakes, it advises staying outdoors if already outside, avoiding buildings, lights, and power lines. Following an earthquake, a tsunami is possible, prompting an immediate move inland to higher ground, away from the beach. It warns against approaching the shoreline to observe a tsunami, stating that if the wave is visible, one is too close. Further information on tsunami safety and preparedness is available at www.tsunami.gov and www.ready.gov. Additionally, the document lists tour guide services operating under Forest Service Permit, including Sandland Adventures, Sand Dunes Frontier, and Spinreel Rentals, and indicates the locations of multiple restrooms throughout a facility or area.
    This government file, Wage Determination No. 2015-5575 Revision No. 28, outlines the minimum wage rates and fringe benefits for service contract employees in Lincoln County, Oregon, effective July 8, 2025. It details hourly rates for various occupations, from administrative support to technical roles, and specifies minimum wages under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates. The document also covers paid sick leave requirements under EO 13706, health and welfare benefits, vacation accrual, and eleven paid holidays. Special provisions for computer employees, air traffic controllers, and weather observers are included, along with hazardous pay differentials and uniform allowances. A conformance process is detailed for unlisted job classifications, ensuring fair compensation. This determination is crucial for contractors to ensure compliance with federal labor laws.
    This government file outlines a comprehensive vault and septic system maintenance schedule across six zones, detailing locations, vault numbers, approximate capacities, and service frequencies. Zone 1 includes smaller 350-750 gallon septic/vaults at sites like Tahkenitch Landing and Eel Creek, with frequencies ranging from annual to every three years. Zone 2, the largest section, features 1000-gallon systems at numerous locations such as Old Bark Road Staging, Wildmare Campground, and various Day Use areas, with most services being annual or twice a year, though some extend to every two or three years. Zone 3 also uses 1000-gallon systems for NFRW sites like Hall Lake and Kentucky Falls, with service mainly twice a year. Zone 4 comprises 1500-gallon septic/vaults for sites like Old Bark Host Site and Driftwood II Campground, typically serviced annually or every two years. Zone 5 contains 2500-gallon septic/vaults at locations such as Lagoon Campground and Horsfall Campground, generally serviced every two to three years. Finally, Zone 6 has a single 3600-gallon septic vault at Driftwood II Campground Showers, serviced every three years. The document also notes special conditions like campground closures, funding codes, and accessibility issues for remote sites.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    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.
    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.
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.
    S222--1-1-2026 - 666 - Sewer Vac Servicing - Base + 4 Options
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 19, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for sewer vacuum servicing at the Sheridan VA Health Care System in Wyoming. The procurement involves a firm-fixed-price contract for maintenance of sanitary and storm sewer systems, including vacuuming, camera inspections, and emergency jetting, with a base contract period from January 1, 2026, to December 31, 2026, and four additional option years extending through December 31, 2030. This contract is crucial for ensuring the proper maintenance and functionality of the facility's waste management systems, which are vital for health and safety compliance. Interested parties must submit their offers by November 21, 2025, at 10:00 AM MST, and can direct inquiries to Contract Specialist Charles Gritzmacher at charles.gritzmacher@va.gov or 303-712-5780.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    U.S. COAST GUARD STA GRAYS HARBOR UNIT TRASH SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide trash collection services at the Grays Harbor Station in Westport, Washington, for the period from January 1, 2026, to December 31, 2026. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for refuse removal, including the collection of 6-yard garbage and 2-yard cardboard, and must ensure that employees pass security screenings and maintain a professional appearance. This procurement is set aside for small businesses, with proposals due by 10 AM (EST) on December 12, 2025, and interested parties should submit their quotes to Jordan Coe at jordan.a.coe@uscg.mil, referencing solicitation number 70Z03326Q30481004.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.