Mt. Pinos Snowplay Portable Toilet Rentals, LPF
ID: 127EAT26Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 3Albuquerque, NM, 871023498, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE/RENTAL OF SEWAGE AND WASTE FACILITIES (X1ND)

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 rental and servicing of portable toilets at the Mt. Pinos Ranger District of the Los Padres National Forest during the winter snow season. The contractor will be responsible for supplying and servicing portable toilets weekly from December 1st to April 30th, addressing the increased sanitation needs due to high visitor traffic during snowfall, which can overwhelm existing facilities and pose environmental risks. This firm-fixed-price contract includes a one-year base period with four one-year options, and interested small businesses must submit their pricing proposals via email by January 12, 2026, at 12:00 P.M. PST. For further inquiries, potential offerors can contact Erin Scott-James at Erin.Scott-James@usda.gov or Isabel Wimbish at isabel.wimbish@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service seeks a contractor to provide and service portable toilets at the Mt. Pinos Ranger District of the Los Padres National Forest during winter snowplay seasons. This contract is crucial for public sanitation due to a significant increase in visitors, which overwhelms existing facilities and poses environmental risks. The contract includes a base year and four option years, with services required weekly between December 1st and April 30th at specific locations like Chula Vista Parking Lot, The "Y", Snowbunny Hill, McGill Campground Entrance, and Mt. Pinos Campground Entrance. The contractor must supply all labor, materials, equipment, and transportation, and will be responsible for pumping, stocking, and cleaning toilets, documenting services, and reporting any issues or changes due to weather or road closures. The USFS will not notify the contractor of road conditions or gate status; the contractor must monitor Kern County's website for closures.
    The document, titled
    The document outlines the Independent Government Estimate (IGE) form, a crucial tool for federal, state, and local procurement processes. It details various IGE tabs such as "Stand Alone IGE," "Stand Alone IGE w/options," "IDIQ" (Indefinite Delivery, Indefinite Quantity) for recurring needs, and "Task Order" for existing contracts. The IGE serves as an independent estimate, not a contractor quote, and should match the detail level of contractor pricing schedules. Contracting Officers use the IGE to determine procurement value, identify applicable thresholds, and evaluate offeror understanding and price reasonableness. The document includes examples of "Schedule of Items" with descriptions, pay units (e.g., EA - EACH, MO - MONTH), estimated quantities, and specific project examples like "Mt. Pinos Snowplay Portable Toilet Rental," detailing base and option year periods of performance, item numbers, and quantities for both ADA and standard toilets. The award is anticipated to be a firm fixed-price contract.
    This document, Wage Determination No. 2015-5625, outlines the minimum wage rates and fringe benefits for various occupations under the Service Contract Act in Ventura County, California. It lists specific hourly rates for administrative, automotive, food service, maintenance, health, information technology, and other support roles. The determination also details health and welfare benefits, paid vacation, and eleven paid holidays. Special provisions include exemptions for certain computer employees and differentials for night/Sunday pay for air traffic controllers and weather observers, as well as hazardous duty pay. Requirements for uniform allowances and procedures for conforming unlisted job classifications are also provided, ensuring fair compensation and compliance for federal contractors.
    The USDA Forest Service's Past Performance Questionnaire is a crucial document used to evaluate contractors' experience and capability for solicitations like the 127EAT26Q0008 - Los Padres NF Toilet Pumping Services. This questionnaire requires contractors to provide details about their business structure, years of experience in the relevant line of work, and experience as both prime and subcontractors. It mandates a list of projects completed within the last three years, including contract amount, type of project, completion date, and owner contact information for verification. The form also asks whether the contractor has ever failed to complete awarded work, requiring an explanation if so. A certifying official must sign the document, attesting to the accuracy and completeness of the provided information and authorizing the Forest Service to verify capabilities. The questionnaire serves as a standardized method for the Forest Service to assess past performance, ensuring potential contractors meet the necessary qualifications for government projects.
    The USDA Forest Service's Past Performance Questionnaire, referenced in FSH 6309.31 and 41 USC 1, is a crucial document for contractors bidding on federal projects. It requires detailed information about a contractor's business, including its legal structure, years of experience, and past projects completed within the last three years. Contractors must disclose if they have ever failed to complete awarded work and provide reasons. The form also requests contact information for project owners or references. Certification by an official verifies the accuracy of the provided statements and authorizes the Forest Service to contact references. This questionnaire is essential for the USDA Forest Service to assess a contractor's capability and past performance, as exemplified by the 'Los Padres NF Snowplay Portable Toilet Rental Services' solicitation.
    The USDA Forest Service is seeking proposals for portable toilet rentals and servicing at the Mt. Pinos Ranger District of the Los Padres National Forest during the winter snow season. This is a firm-fixed-price contract with a one-year base period and four one-year options, set aside for small businesses. The contractor will supply and service portable toilets weekly from December 1st to April 30th, providing labor, materials, equipment, and transportation. Services include pumping, stocking, and cleaning, with additional options for holiday weekends. Offerors must submit pricing for all items via email by January 12, 2026, at 12:00 P.M. PST. Evaluation will be based on the lowest price technically acceptable, considering past performance and price reasonableness. The contract period of performance is from February 16, 2026, to November 30, 2030.
    Lifecycle
    Similar Opportunities
    BLUE MARSH WASTE PORTABLE TOILETS SERVICE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking a contractor to provide portable toilet services at Blue Marsh Lake in Berks County, Pennsylvania. The contract will be a firm fixed-price agreement for the provision and maintenance of portable toilets, including handicapped accessible units that comply with state and federal standards, with a base year starting on February 1, 2026, and extending through four additional option years. This service is crucial for maintaining sanitation and accessibility at the recreational site, ensuring compliance with local regulations for waste disposal. Interested contractors must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and for further inquiries, they can contact Molly Gallagher at Molly.Gallagher@usace.army.mil or (215) 656-6777.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    M0068126Q0004 Chemical Toilets RFQ
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for a Firm-Fixed-Price (FFP) service contract to provide chemical toilets and hand-washing stations, along with cleaning services, at various Marine Corps installations in Southern California. The contract will cover locations including Marine Corps Base Camp Pendleton, Naval Weapons Station Fallbrook, Marine Corps Recruit Depot San Diego, and Marine Corps Air Station Miramar, with services required in rugged, off-road environments necessitating all-terrain vehicles. The contract has a base ordering period of one year, with options for two additional one-year periods and a potential six-month extension, emphasizing the importance of timely and quality service delivery. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes by January 9, 2026, and can direct inquiries to Nicholas Vonbargen at nicholas.vonbargen@usmc.mil or John Rutkowsky at john.rutkowsky@usmc.mil.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at rental cabins within the Flathead National Forest in Montana. The contract, designated as 1284LM26Q0005, requires the contractor to provide snow removal services within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings. This procurement is critical for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    LA Gateway Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the LA Gateway Ranger District located in Sylmar, California. The contract requires the contractor to furnish all necessary equipment, supplies, transportation, labor, and supervision to maintain a two-story, 4,250 square foot office building, with services to be performed twice a week, typically after hours. This procurement is a total small business set-aside under NAICS code 561720, with a contract duration from February 1, 2026, to January 31, 2031, including a base year and four option years. Proposals are due by January 21, 2026, with a site visit scheduled for January 12, 2026, and interested parties should direct inquiries to M. Kathy Bosch at Mary.Bosch@usda.gov.
    Rental of Portable Chemical Latrines and Hand Washing Stations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the rental of portable chemical latrines and hand washing stations at Grafenwöhr, Bavaria, Germany. This procurement will involve a Requirements Type Contract with Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs), focusing on low price technically acceptable evaluation factors to determine the successful offeror. The services are crucial for maintaining sanitation and hygiene standards in military operations, and the Government plans to post the solicitation on the sam.gov website in February or March 2026. Interested contractors must be registered in the System for Award Management (SAM) and are advised to monitor the website for updates, as no paper copies of the solicitation or amendments will be distributed. For further inquiries, contractors can contact Holly Imbriaco at holly.c.imbriaco.civ@army.mil or Debbie Frankovich at debbie.c.frankovich.civ@army.mil.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    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, identified as project YOSE 215363. This project aims to construct a new facility adjacent to the existing 50-year-old plant, which currently serves a 500-site campground and other park facilities, handling up to 60,000 gallons of wastewater per day. The contract encompasses a comprehensive scope of work, including demolition of the old facility, construction of new structures, and installation of advanced systems for wastewater treatment, with a performance period extending from June 3, 2025, to June 30, 2033. Interested contractors must submit their proposals by January 16, 2026, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    New Hogan Septic Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for septic pumping services at New Hogan Lake and Dam in California. The contract will cover a base year with four option years, focusing on sewage pumping services for multiple portable chemical toilets and RV dump station holding tanks. This procurement is vital for maintaining sanitation and waste management at the facility, utilizing NAICS Code 562991 for Septic Tank and Related Services, with a size standard of $9 million. The RFQ is anticipated to be released around January 6, 2026, with quotes due by February 10, 2026. Interested vendors should monitor SAM.gov for updates and to self-identify as interested parties, and can contact La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further inquiries.
    Sources Sought Notice: Diagnose Septic Tank Issues
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified businesses to address septic tank issues at the Santa Monica Mountains National Recreation Area through a Sources Sought Notice (SSN). The procurement aims to gather information on interested businesses and their qualifications for diagnosing septic tank problems, conducting septic tank pumping, and potentially repairing or replacing the septic system. This project is crucial for maintaining the environmental integrity of the park, which is primarily used by park staff and requires protective measures to minimize disturbance. Interested contractors must submit a completed Sources Sought Survey Questionnaire by 2:00 PM Pacific Time on January 20, 2026, to Contracting Officer Quinn Rankin at quinnrankin@nps.gov, with a competitive Request for Quotations anticipated to be issued in early February 2026.