Portable Toilet Rental - Lake Tahoe Basin Mgt Unit
ID: 127EAS25Q0049Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 2Albuquerque, NM, 871023498, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE OR RENTAL OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (W046)

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 maintenance of portable toilets and handwashing stations within the Lake Tahoe Basin Management Unit. The contract, identified as solicitation number 127EAS25Q0049, requires the contractor to deliver, service, and remove these units from July 14 to November 15, 2025, ensuring compliance with environmental protocols and accessibility standards. This initiative aims to enhance public facilities and visitor experiences in scenic recreational areas, with specific locations outlined for the placement of units, including the Tallac Historic Site and Taylor Creek Visitor Center. Interested contractors should contact Danielle S. Kelly at danielle.dawson@usda.gov for further details, and must adhere to wage determinations as specified in the associated documents.

    Point(s) of Contact
    KELLY, DANIELLE S
    danielle.dawson@usda.gov
    Files
    Title
    Posted
    The solicitation 127EAS25Q0049 outlines requirements for the rental of portable toilets within the Lake Tahoe Basin Management Unit for specified months (July to November). It includes standard and ADA-compliant units, along with handwashing stations, across various locations such as Eagle Falls Picnic Area and Taylor Creek Visitor Center. Key provisions indicate that one contractor will be awarded the contract, requiring bids for all line items. Rental rates must cover delivery, setup, removal, and servicing at specified frequencies. The document emphasizes that quantities may vary based on environmental factors like weather and visitor traffic, while line items are optional based on budgetary considerations. The total projected cost is currently listed as $0.00, indicating that no bids have been received yet. This proposal aligns with government practices for acquiring essential services through competitive bidding while addressing visitor needs in public areas.
    The document outlines the locations of portable toilets in the Tahoe area under the jurisdiction of the U.S. Forest Service (USFS) Lake Tahoe Basin Management Unit (LTBMU). It includes geographic coordinates for seven designated sites, enhancing visitor facilities at pivotal locations such as Eagle Falls, Taylor Creek Visitor Center, and Chimney Beach Parking Lot. The document appears to serve as a logistical reference for managing public amenities in federal recreational areas, ensuring user convenience and sanitation. The inclusion of precise coordinates indicates a focus on accessibility and operational efficiency, necessary for effective service provision in these natural spaces. Overall, the document aligns with government operations aimed at improving visitor experiences in national forests and recreational sites.
    This document outlines plans for the placement of portable restrooms (porta pottis) at three locations in the Tallac Historic Site area for Spring 2024. The first location is near the Tallac Historic Site, where two porta pottis will be positioned on a leveled area of sidewalk and ground, ensuring compliance with ADA accessibility standards. The second location is the Taylor Creek Visitor Center, which enables easy visibility and access for the public. The third site is the Kiva Beach Parking Lot, with two options discussed for placement. Both options aim to minimize disruption to parking while ensuring easy maintenance access for the contractor. The overall intent of this document relates to enhancing public facilities and accessibility in line with government regulations and improving visitor experience in these scenic areas.
    This document, titled "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor, outlines wage requirements for contractors subject to the Service Contract Act in specific California counties. The document specifies minimum wage rates based on Executive Orders 14026 and 13658: contracts initiated or renewed after January 30, 2022, necessitate a minimum wage of $17.75 per hour for 2025, while those awarded between January 1, 2015, and January 29, 2022, must comply with a minimum of $13.30 per hour, unless a higher rate is indicated. Numerous occupations are listed with corresponding wage rates, such as Administrative Support, Automotive Services, Health Occupations, and Technical Positions, amongst others. The document also emphasizes fringe benefits, including health and welfare, vacation entitlement, and holiday pay. It includes stipulations for the classification of unlisted employee roles through a conformance process and highlights additional requirements for paid sick leave and uniform allowances. The overall aim is to ensure that workers on government contracts are compensated fairly, while providing clear guidelines for contractors in relation to wage determinations under federal contracts.
    The document outlines a request for proposals (RFP) for the rental and maintenance of portable toilets and handwashing stations within the Lake Tahoe Basin Management Unit. The solicitation (Number: 127EAS25Q0049) aims to secure a contractor for the delivery, servicing, and eventual removal of these units starting between July 14 and July 21, 2025, with services ongoing until November 15, 2025. Contractors must provide fully loaded pricing for all specified line items, which include servicing the portable toilets twice a week and weekly cleaning of the handwashing stations. Special attention is required for the removal of waste, adhering to environmental protocols and ensuring accessibility for service vehicles. Moreover, contractors are expected to fulfill all responsibilities related to equipment, labor, and maintenance of the units, including restocking supplies. The document emphasizes compliance with federal acquisition regulations, highlighting the importance of past performance, technical capability, and pricing in the contractor selection process. This RFP is representative of government procurement procedures for services aimed at promoting public convenience and environmental sustainability in recreational areas.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking 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 septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    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.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    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.
    USBP Tucson Sector Portable Restrooms and Maintenance Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide portable restrooms and maintenance services for the Tucson Sector. This procurement aims to ensure the availability and upkeep of sanitation facilities, which are crucial for operational efficiency and hygiene in border enforcement activities. The contract is set aside for small businesses under the SBA guidelines, with the NAICS code 562991 pertaining to septic tank and related services. Interested parties should contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov for further details regarding the solicitation process.
    Portable Toilets - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet and vehicle rental services under the combined synopsis/solicitation RFQ FA441826Q00042 for the PALMETTO REACH project in Saipan and Palau. The procurement requires the delivery and servicing of four portable toilets and two handwashing stations at each location, with services including installation, cleaning, and maintenance from January 14-20, 2026. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and ethical business practices. Interested vendors must submit their quotes by 12:00 PM EST on December 15, 2025, and can contact SrA Levi Mowrey at levi.mowrey@us.af.mil or 843-963-5857 for further details.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative supports the operational needs of the 36 Wing and surrounding areas, with responses due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and will be evaluated based on technical acceptability and price, with awards contingent upon fund availability.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.