Replace Toilets at Bates Canyon Campground (GAOA)
ID: 1148294Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 6Albuquerque, NM, 871023498, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the replacement of toilets at Bates Canyon Campground in the Los Padres National Forest, California. The project involves installing a new single vault precast concrete toilet building, along with necessary site improvements such as grading, excavation, and the construction of accessible sidewalks, while also demolishing two existing toilet structures. This initiative is crucial for enhancing recreational facilities and ensuring compliance with accessibility standards within national parks. Interested contractors must submit their proposals by the specified deadlines, with the estimated construction cost ranging between $100,000 and $250,000, and the performance period set from August 29, 2025, to March 12, 2026. For further inquiries, contact G. Jeremy Staggs at george.staggs@usda.gov or (281) 482-1968.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service has issued a Request for Proposals (RFP) for the "GAOA Replace Toilets at Bates Canyon Campground" project, which involves the installation of a new vault toilet and related site improvements at the Bates Canyon Campground in Los Padres National Forest. This project aims to replace two antiquated toilet buildings with a modern SST concrete toilet facility, requiring significant site work, including grading, excavation, and the construction of accessible walkways. The estimated construction cost lies between $100,000 and $250,000, with a performance period extending from August 29, 2025, to March 12, 2026. Contractors are expected to manage all aspects of the project, including obtaining necessary permits, and complying with Davis-Bacon wage regulations. The solicitation emphasizes strict adherence to technical specifications and the necessity for all bids to display compliance with federal construction standards. It establishes a comprehensive framework for submission requirements, bonding, and insurance provisions. This RFP underscores the government's initiative to enhance national recreational facilities while ensuring safety and compliance with environmental standards during construction activities.
    The document addresses questions received in relation to government Requests for Proposals (RFPs) and grants. It consolidates inquiries from potential applicants, alongside corresponding responses that clarify eligibility, submission processes, and evaluation criteria. Key topics include the project objectives, timeline for submissions, and funding availability. Each question is structured to aid applicants in understanding specific requirements and expectations outlined in the RFP, ensuring transparency in the procurement process. The responses aim to minimize ambiguity, foster a competitive application environment, and facilitate compliance with federal and local regulations. Overall, the document serves as a resource to enhance applicant understanding and engagement in the RFP process, thereby promoting effective project implementation within the government sector.
    The U.S. Department of Agriculture (USDA) has issued a Request for Proposal (RFP) for the replacement of existing vault toilets at Bates Canyon Campground, located in the Santa Lucia Ranger District of the Los Padres National Forest. The project aims to provide a new SST concrete toilet building while improving accessibility and associated site features. Key requirements for contractors include developing a grading plan, excavating for the new installation, constructing sidewalks, and demolishing two outdated toilet buildings. All necessary permits must be obtained by the contractor. Deliverables include a detailed project plan and weekly status reports, with specific timelines specified post-contract award to ensure compliance with accessibility standards. Contractor operations are restricted to weekdays, and the government will not furnish materials. Security measures are minimal, with the contractor responsible for safeguarding project materials. This RFP underscores the USDA's emphasis on maintaining quality and accessibility within national park facilities, reflecting broader governmental standards for public infrastructure projects.
    The document outlines a Request for Proposals (RFP) for the construction project "Bates CG SST Vault Toilet" within the Los Padres National Forest. It is directed at potential bidders, inviting them to submit proposals that adhere to the specified requirements and to closely examine the site prior to bidding. Key components of the project include several tasks: mobilization, construction staking, removal of existing structures, grading and excavation, installing a precast concrete vault toilet (specifically the CXT Brand, Gunnison model, or an approved equivalent), and pouring a concrete sidewalk. Notably, bids must be comprehensive, covering all listed items, as failure to do so may render them non-responsive. The document emphasizes the necessity for bidders to understand the project's specifications and conditions to prepare a viable proposal, reinforcing the importance of compliance with all requirements set forth in the solicitation. Overall, the RFP presents a clear structure for bidding on a public contracting opportunity in infrastructure development, ensuring both adherence to safety and quality standards and consideration for the project's location within a national forest.
    The USDA's Proposal Evaluation Criteria outlines the methodology for selecting the best value offer for government contracts. The evaluation considers critical factors such as relevant prior project experience, past performance, and cost/price, with technical criteria being as important as price. Offerors must provide detailed descriptions of their management structure, communication methods, quality control plans, and prior related projects, emphasizing successful challenge management. The document specifies submission requirements for past performance, mandating the inclusion of government performance evaluations and customer references. It utilizes adjectival ratings for evaluating proposals, categorizing them from "Exceptional" to "Unsatisfactory" based on strengths and weaknesses. The confidence rating reflects the government's expectation of the vendor's ability to fulfill contract requirements, with assessments including "High Confidence" to "Unknown Confidence." This evaluation framework aims to ensure fair competition while requiring vendors to present robust evidence of their capability, experience, and pricing strategies. Ultimately, the USDA's criteria provide a structured approach for evaluating proposals in compliance with federal expectations, enhancing procurement efficiency and effectiveness across various project types.
    The document outlines specifications for site improvements at the Bates Canyon Campground, Los Padres National Forest, focusing on the installation of a single vault precast toilet building and associated accessible sidewalks. Key sections include general requirements, sitework, concrete work, and quality control measures. The project involves grading, demolition of existing structures, and management of construction waste, ensuring compliance with environmental regulations and ADA standards. Contractors are responsible for obtaining necessary permits, coordinating construction activities, and adhering to a work schedule restricted to weekdays. They must also implement a waste management plan aiming to divert at least 50% of solid waste from landfills. Detailed quality control requirements include testing and inspection protocols to ensure compliance with specified standards. Payment structures such as lump sum, actual quantities, and design quantities determine contractor compensation for work completed. Each section emphasizes adequate soil management, protection of natural resources, and thorough documentation throughout the project's lifecycle, reflecting the government's commitment to sustainable practices and regulatory compliance. This thorough set of specifications serves as a guide for contractors proposing to bid on the project, underscoring the importance of meticulous planning and execution in government-funded projects.
    The "Fire Plan for Construction and Service Contracts" outlines fire prevention and suppression responsibilities for contractors operating within designated areas, particularly in California. Key responsibilities include adhering to fire safety measures, maintaining fire-fighting equipment, and designating a qualified fire supervisor. The Forest Service retains the right to inspect and enforce compliance. Definitions clarify operational terms such as "Active Landing" and "Mechanical Operations," while specific guidelines detail the required fire tools, equipment, and extinguishers, which must comply with California Public Resources Code. The plan emphasizes that a tank truck or alternative fire suppression systems must be present during high-risk operations, particularly during designated Fire Precautionary Periods. Emergency procedures stipulate communication protocols, fire reporting responsibilities, and reduced operational activities during heightened fire danger levels, known as Project Activity Levels (PAL). The document aims to ensure safety and compliance, facilitating coordination between contractors and the Forest Service to mitigate fire risks effectively throughout the project lifecycle.
    CXT® specializes in manufacturing precast concrete buildings, including waterless restrooms, showers, and multipurpose structures for parks and recreational areas across the U.S. The offerings include double vault restrooms (11’ 11” x 14’ 4”) and single vault restrooms (6’ 6” x 14’ 8”), featuring models like Cascadian and Rocky Mountain. These buildings emphasize ease of installation, as minimal site preparation is required, allowing for immediate use upon delivery. Their innovative design employs "Sweet Smelling Technology" for passive ventilation, ensuring odor-free facilities. Constructed with high-strength precast concrete, the structures are resilient against extreme weather, including floods and seismic activities. CXT® has established various cooperative contracts to facilitate procurement under GSA and other public sector agreements. This document serves as a product overview for government entities seeking efficient and durable restroom solutions, aligned with RFPs and grant opportunities for community enhancements.
    The document provides a comprehensive wage determination for construction projects in Santa Barbara County, California, specifically under the Davis-Bacon Act. It outlines the required minimum wage rates for various construction classifications, including building, heavy construction, dredging, and highway work. The document specifies the applicability of Executive Orders 14026 and 13658, establishing minimum wage rates of $17.75 and $13.30 per hour for federal contracts based on the contract date. It details classifications and associated rates for various trades such as electricians, carpenters, laborers, and operators, including specific premium pay for work at military bases and hazardous environments. The document further elaborates on classifications needed for contractor compliance and notes that rates will be adjusted annually. This wage determination seeks to ensure fair labor standards and adequate compensation for workers on federally funded construction activities, reinforcing worker protections and industry standards in compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    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 in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    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.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.