KALA Intermodal Composting System
ID: 140P8225Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR HONO MABO(82000)HONOLULU, HI, 96850, USA

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

WASTE DISPOSAL EQUIPMENT (4540)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 10:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide an Intermodal Composting System, as outlined in solicitation number 140P8225Q0012. This procurement aims to enhance waste disposal solutions at Kalaupapa National Historical Park in Hawaii, with a delivery deadline set for June 30, 2025. The composting system is crucial for promoting sustainable waste management practices within the park, reflecting the government's commitment to environmental stewardship. Interested offerors must submit their quotes by April 21, 2025, and ensure compliance with federal acquisition regulations, including active registration in SAM.gov. For further inquiries, potential bidders can contact Janet Milson at janet_milson@nps.gov or by phone at 907-201-2581.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 8:09 PM UTC
The document is an amendment to solicitation number 140P8225Q0012, pertaining to the procurement of an Intermodal Composting System for the National Park Service (NPS). The amendment outlines the acknowledgment process for submitting changes to an existing offer and includes updated specifications and responses to vendor inquiries. The deadline for quotations is set for April 13, 2025, with a delivery expectation by June 30, 2025, to Refrigerant Recycling Inc. in Kapolei, HI. Offerors must comply with guidelines, including providing a detailed checklist with their quotes, confirming SAM.gov registration, submitting signed forms, and providing past performance information. Evaluation criteria include price, technical merit, and past performance, allowing for the selection of an offer that provides the best value to the government. The document underscores the importance of timely communication of inquiries and aligns with regulations from the Federal Acquisition Regulation (FAR), ensuring compliance with contracting regulations and stipulations aimed at small businesses. Overall, this solicitation illustrates effective federal procurement strategies while supporting local contracting opportunities.
Apr 17, 2025, 8:09 PM UTC
The document outlines a solicitation amendment for commercial services tendered by the National Park Service (NPS) for an Intermodal Composting System, identified by RFQ Number 140P8225Q0012. The amendment specifies a revised delivery timeline, moving the quote due date to April 21, 2025, and requires submission by 12:00 PM HT. The contractor must adhere to various federal acquisition regulations, including affirmations of previous performance and compliance with SAM.gov registration. Key components include the total small business set-aside designation, pricing schedules, and a detailed description of required deliverables. Offerors must submit complete documentation with their quotes, including past performance references and evidence of product compliance with specifications. Evaluation criteria include price, technical capability, and past performance, ensuring the selected contractor aligns with the government’s requirements. The importance of electronic invoicing is emphasized, alongside the necessity of following designated protocols for communication and reporting throughout the contract duration. This solicitation exemplifies the government's effort to procure sustainable solutions while adhering to regulatory stipulations and promoting small business participation.
Apr 17, 2025, 8:09 PM UTC
The document outlines a Request for Quotation (RFQ) issued by the National Park Service for an Intermodal Composting System. This solicitation invites offers from small businesses and is categorized as a Total Small Business Set-Aside under NAICS Code 333248, with a size standard of 750 employees. Key details include the due date for quotes (April 21, 2025) and the requirement for delivery by June 30, 2025. Offerors must submit a completed checklist, verify their active registration on SAM.gov, provide company information, and address specific requirements such as product descriptions and past performance references. Evaluation criteria focus on the price, technical capability, and past performance. Amendments to the solicitation must be acknowledged, and the document emphasizes compliance with various federal acquisition regulations. This RFP demonstrates the government’s intent to procure sustainable solutions while promoting small business participation and ensuring rigorous evaluation processes to meet service needs.
Apr 17, 2025, 8:09 PM UTC
The document is a Request for Quotation (RFQ) No. 140P8225Q0012 issued by the National Park Service for an Intermodal Composting System, intended to be delivered to Kalaupapa National Historical Park in Hawaii by June 30, 2025. The RFQ requires potential contractors to submit their quotes by April 13, 2025, along with proof of active registration in the System for Award Management (SAM.gov). Key components include the delivery location details, specifications for the composting system, and additional costs for shipping to Oahu, HI. The RFQ emphasizes that the contract will be awarded based on price and past performance evaluations, considering the quality and recency of similar contracts. It is structured to solicit quotations from small businesses and outlines necessary documentation for submission, including past performance information and technical responses. The contracting officer and specialist associated with the solicitation are provided for queries, showcasing a structured approach to contract opportunities in federal procurement. The overall aim is to procure a waste disposal solution aligned with environmental standards, reflecting a commitment to sustainability in park services.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
S--Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for custodial services at Sequoia and Kings Canyon National Parks under solicitation number 140P8525Q0038. The contract, designated as a Total Small Business Set-Aside, requires the selected contractor to provide comprehensive cleaning services for various facilities, including comfort stations and visitor centers, ensuring cleanliness and accessibility for park visitors. This procurement is vital for maintaining sanitary conditions in the parks, reflecting the government's commitment to environmental stewardship and enhancing visitor experiences. Interested vendors must submit their quotations by 5:00 p.m. Pacific time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov or by phone at 206-220-4030.
Olympic National Park REHAB Wastewater Lagoons
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small business contractors for the rehabilitation of the Kalaloch Wastewater Lagoons in Olympic National Park, Washington. The project aims to enhance wastewater management systems, including the installation of new lagoon aerators, effluent monitoring systems, and manual headworks screens, while ensuring minimal disruption to park operations and adherence to environmental protection standards. This initiative is crucial for maintaining the park's infrastructure and safeguarding its natural resources. Proposals are due by May 28, 2025, with an estimated project budget between $1,000,000 and $2,000,000, and interested parties can contact Geraldine Larsen at geraldinelarsen@nps.gov for further information.
HALE Removal of 18 Trees in Kipahulu District
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting quotations for the removal of 18 trees in the Kipahulu District of Haleakala National Park, Hawaii. This project requires qualified contractors to provide tree cutting services, with completion expected by December 31, 2025, and is set aside for small businesses under the NAICS code 561730. Interested parties must submit their quotations by May 27, 2025, and will be evaluated based on price, technical capability, and past performance. For further inquiries, potential bidders can contact Janet Milson at janetmilson@nps.gov or by phone at 907-201-2581.
CHOH ONPS FY25-30 TOILET PUMPING
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting bids for toilet pumping services at the Chesapeake and Ohio Canal National Historical Park (CHOH) for the fiscal years 2025 to 2030. The contract requires the cleaning, servicing, and pumping of various toilet facilities, including 66 portable toilets, 19 rental portable toilets, and 28 CXT vault toilet buildings, with service frequencies varying by location and season. This initiative is crucial for maintaining clean and accessible restroom facilities for over five million annual visitors, ensuring public health and safety in both urban and remote areas of the park. Interested contractors should contact Heather Madsen at HeatherMadsen@nps.gov or (202) 354-3978, with proposals due by May 24, 2025.
S--Wastewater Removal and Water Deliveries at Alcatraz Island within Golden Gate N
Buyer not available
The National Park Service (NPS) is seeking proposals for wastewater removal and potable water deliveries at Alcatraz Island within the Golden Gate National Recreation Area in California. The contractor will be responsible for daily wastewater management, delivery and testing of potable water, and responding to unanticipated needs for both wastewater and water supplies, all while adhering to local, state, and federal regulations. This procurement is designated as a Total Small Business Set-Aside, with an anticipated NAICS code of 562211 and a size standard of $47 million in annual receipts over the past three years. The Request for Proposal (RFP) is expected to be released on or about May 20, 2025, and will be available electronically at www.sam.gov, with a submission deadline 30 days after issuance. Interested parties can contact Liset Gomez at LisetGomez@nps.gov or by phone at 415-265-5650 for further information.
SEKI: PLUMBING REPAIRS FOR COMFORT STATI
Buyer not available
The Department of the Interior, National Park Service, is soliciting quotes for plumbing repair services at three campgrounds in Kings Canyon National Park. The contractor will be responsible for all aspects of the plumbing maintenance, including mobilization, labor, supervision, and site rehabilitation, with an emphasis on adhering to safety regulations and maintaining effective communication with the Contracting Officer. This procurement is crucial for ensuring the functionality and safety of park facilities, enhancing visitor services while complying with federal and local laws. Proposals are due by 12:00 P.M. Pacific Standard Time on Thursday, May 28, 2025, and must be submitted via email to Brian Roppolo at brianroppolo@nps.gov. The contract is set aside for small businesses, with a size standard of $19 million under NAICS code 238220.
Y--Cape Cod National Seashores Racepoint Area Facility
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a construction project at the Cape Cod National Seashores Racepoint Area Facility in Provincetown, Massachusetts. The project entails the demolition of existing lifeguard and women's changing room facilities, followed by the construction of two new modular double vault toilets, accessible walkways and ramps, outdoor showers, and additional men's changing accommodations, all while ensuring compliance with Massachusetts Department of Environmental Protection regulations. This initiative is crucial for enhancing visitor facilities at a significant national park site, with an estimated budget ranging from $1 million to $5 million, and is exclusively set aside for small businesses under NAICS Code 236220. The solicitation is expected to be issued around May 6, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM) to be eligible. For further details, potential bidders can contact Mari Tolleson at maritolleson@nps.gov or by phone at 857-283-4598.
Z--REPLACEMENT OF SEPTIC TANK AT LOST HORSE
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a septic tank at the Lost Horse Ranger Station in Joshua Tree National Park. The project involves removing an outdated 1967 septic tank and installing a modern 1,500-gallon system, ensuring compliance with current environmental codes and safety regulations. This initiative is crucial for maintaining the infrastructure of national parks and ensuring the facility's operational integrity. Interested small businesses must submit sealed bids by May 8, 2025, at 2 PM PDT, and can contact Caroline Bachelier at carolinebachelier@nps.gov for further information.
Y--WasteWater Facility MICROSCREEN/STRAINER COMPACTOR
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the installation of two Vertical Micro Screen/Strainer Compactor systems at the wastewater treatment facilities in Big Bend National Park. This project involves the removal of outdated bar screen/strainer systems and is crucial for enhancing the park's wastewater management capabilities. The estimated construction cost for this project ranges from $250,000 to $500,000, with a projected start date in mid-July 2025. Interested contractors must register as small businesses in SAM and submit their qualifications and certifications by May 19, 2025, to participate in this market survey, which is a preliminary step before a formal solicitation is issued.
PURCHASE PICNIC TABLES
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking proposals for the procurement of seventeen (17) ADA-compliant picnic tables for the Abraham Lincoln Birthplace National Historical Park in Hodgenville, Kentucky. The tables must be constructed from 100% recycled plastic, feature stainless steel hardware, and adhere to specific dimensions to ensure accessibility, with a design that includes a black frame and cedar-colored tabletops and seating. This initiative reflects the government's commitment to enhancing accessibility and promoting environmental sustainability within national parks. Interested vendors must submit their quotes by May 19, 2025, and direct any inquiries to Marilia Mateo at mariliamateo@nps.gov by May 8, 2025. The contract will be awarded based on the best value to the government, with a performance period from June 1, 2025, to October 1, 2025.