REC VAULT PUMPING SHOTGUN
ID: 140L4325Q0013Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, 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 Bureau of Land Management (BLM) is seeking proposals for the pumping and disposal of wastewater at the Shotgun Creek Recreation Site in Lane County, Oregon, under the title "REC VAULT PUMPING SHOTGUN." The primary objective of this contract is to pump 100,000 gallons of wastewater to ensure compliance with environmental regulations, with an initial requirement to pump 50,000 gallons within 24 hours of contract award. This project is critical for maintaining environmental standards and involves strict adherence to local, state, and federal laws regarding wastewater disposal and ecological protection. Interested contractors should contact Matthew Duane at mduane@blm.gov or call 503-808-6317 for further details, with the project scheduled to run from January 24, 2025, to June 30, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Aeration Basin" document outlines plans for the construction and operational management of aeration basins, which are essential components in wastewater treatment processes. The main objective is to enhance the efficiency of biological treatment of sewage through improved aeration techniques. Key points include the design specifications for aeration structures, materials to be used, and operational protocols to ensure effective oxygen supply to microorganisms, thereby optimizing pollutant removal. Additionally, the document emphasizes compliance with federal and state environmental regulations, such as the Clean Water Act, underscoring the importance of maintaining water quality standards. A timeline for project execution, proposed budget allocations, and potential funding sources are also discussed, indicating a comprehensive approach to project implementation. This document serves as a strategic guide for federal, state, and local agencies seeking grants or submitting RFPs related to wastewater management and infrastructure development, highlighting the integration of sustainable practices in public health and environmental protection.
    The document outlines a Request for Proposal (RFP) for pumping and disposing of wastewater at the Shotgun Creek Recreation Site in Lane County, Oregon, issued by the Bureau of Land Management (BLM). The primary objective is to pump 100,000 gallons of wastewater to avoid environmental non-compliance. The project duration is from January 24, 2025, to June 30, 2025, with the initial 50,000 gallons needing to be pumped within 24 hours post-award. Contractors are required to provide all necessary equipment and personnel, ensuring adherence to regulations governing wastewater disposal. Key requirements include immediate access to the aeration basin, with security provisions, and compliance with local, state, and federal laws regarding environmental protection. The document specifies expectations for contractor performance assessment, payment processing via an electronic platform, and strict adherence to safety and ecological regulations, including measures against single-use plastics. Additionally, it details protocols regarding labor relations, fire prevention, environmental impacts, and the need for a Farm/Forest Labor Contractor's License if applicable. The contract emphasizes the government’s right to terminate for convenience and the obligations of contractors regarding inspections and invoicing procedures. Overall, the RFP underscores the government's commitment to maintaining environmental standards and ensuring compliance throughout the project's lifecycle.
    Lifecycle
    Title
    Type
    REC VAULT PUMPING SHOTGUN
    Currently viewing
    Solicitation
    Similar Opportunities
    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, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    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.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract related to the Oil Accountability Measures at The Dalles Dam in Oregon. The project aims to enhance the monitoring and accountability of approximately 400,000 gallons of oil at the dam, improving the detection of leaks and compliance with environmental policies as stipulated in a settlement agreement with Columbia Riverkeepers. This initiative is crucial for minimizing potential oil releases into the Columbia River and ensuring the operational integrity of the dam's equipment. Proposals are due by January 15, 2026, with a mandatory site visit scheduled for December 3, 2025. Interested contractors can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    SOLICITATION NUMBER 381784 “GROUTING AND DISPOSAL OF MIXED LOW-LEVEL WASTE”
    Energy, Department Of
    The Department of Energy is seeking qualified organizations to participate in a solicitation for the grouting and disposal of mixed low-level waste at the Hanford site in Richland, Washington. This opportunity, under the Integrated Tank Disposition Contract (ITDC), aims to award multiple Master Indefinite Delivery/Indefinite Quantity Subcontracts (IDIQM) to partners who can effectively meet the project’s needs and objectives. The services sought are critical for the safe and compliant management of hazardous waste, ensuring environmental protection and regulatory adherence. Interested parties should contact Bryan Tinnin at bryanwtinnin@rl.gov or call 509-372-2724 for further details and to submit proposals.