W--Vault Toilet Pumping, North Vale, Oregon
ID: 140L4325Q0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTOREGON STATE OFFICEPORTLAND, OR, 97204, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for vault toilet pumping services in the North Vale, Oregon district. The contract, identified by solicitation number 140L4325Q0010, requires the contractor to provide all necessary labor, materials, and transportation for pumping services at designated recreational sites, ensuring compliance with environmental regulations and safety standards. This initiative is crucial for maintaining public health and enhancing visitor experiences at various outdoor recreational areas, with a total contract period from April 1, 2025, to March 31, 2026, and options for four additional years. Interested small businesses must submit their proposals by February 14, 2025, and can direct inquiries to Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Wage Determination No. 2015-5589 under the U.S. Department of Labor’s Service Contract Act as of December 23, 2024. It mandates minimum wage rates for contracts in Oregon counties, linking them to Executive Orders 14026 and 13658. If contracts commence or extend beyond January 30, 2022, workers must earn at least $17.75 per hour, while older contracts must meet a minimum of $13.30 per hour. The document provides a comprehensive list of occupations, wage rates, and fringe benefits, including health and welfare, vacation, and sick leave provisions. It emphasizes that various jobs, especially in administrative, automotive, healthcare, and technical fields, have specific wage rates and benefit expectations. Compliance with these standards is crucial for contractors involved in federal projects. The summary reflects the commitment of the federal government to ensure fair compensation and worker protections in service contracts, laying a framework for accountability in wage determinations.
    This document outlines a Request for Proposals (RFP) related to the acquisition of 1,000-gallon vaults and a larger 8,000-gallon vault designated for various resource locations in the Baker Resource Area, Oregon. The RFP specifies the estimated quantities, unit prices, and locations of these vaults, with the aim of supporting recreational sites, fish cleaning facilities, and airstrips. The document lists multiple sites, including Bassar Diggins, Spring Recreation Site, Swedes Landing, Copper Creek, and several others, indicating the need for a total of 16 units across the identified areas. The proposal includes sections for total quotes for the base contract and potential option years extending up to 2030. The focus is on procurement for infrastructure to enhance visitor services and safety in designated recreational and natural resource areas. Overall, the document serves as a call for contractors to provide competitive pricing for several needed facilities in support of outdoor recreational activities in the region, reflecting the government’s investment in maintaining public resources.
    The document outlines Amendment One to solicitation number 140L4325Q0010, detailing administrative changes and responding to vendor inquiries for a new service contract. The period of performance is specified from April 1, 2025, to March 31, 2026. Key information includes locations with lake water access in two geographic halves and waste disposal requirements. Notably, the only waste directed to Clay Peak Landfill is from a vehicle washrack in Vale, while other sites have flexible disposal options. The amendment outlines the procedure for acknowledging receipt, stating that failure to do so before the deadline may lead to offer rejection. It emphasizes that there is no incumbent vendor, marking this as a new requirement for contractors. The document is designed to ensure that interested parties are sufficiently informed of changes, guidelines for submission, and specific project details necessary for compliance and effective bidding.
    The document outlines an amendment to solicitation number 140L4325Q0010, modifying terms of a federal contract related to an upcoming project. It specifies that offers must acknowledge the amendment by returning signed copies or through formal communication, highlighting the importance of timely submission to avoid rejection. The amendment extends the period of performance from April 1, 2025, to March 31, 2026, and introduces a small business set-aside to encourage participation from smaller entities. It takes note of the contractual and administrative changes, ensuring that other terms remain unchanged. The contracting officer, Matthew Duane, and the involved contractor are expected to verify and sign the amendment, affirming compliance with federal requirements. This document reflects standard federal procurement practices, stressing acknowledgment of amendments and adherence to stated timelines for submissions in the context of federal contracting and grants.
    This document serves as an amendment to a government solicitation under the reference number 140L4325Q0010. Specifically, it modifies the original solicitation period, extending it from February 7, 2025, at 12 PM PST to February 14, 2025, at 5 PM PST. The amendment requires contractors to acknowledge the receipt of this change either by signing the amendment, including a reference to it in submitted offers, or via separate electronic communication prior to the specified deadline. The effective period for the contract specified in this amendment is established as running from April 1, 2025, to March 31, 2026. The document also outlines that while certain administrative changes may be made, all other terms and conditions from the original solicitation remain unchanged. The approval and signature from the contracting officer, Matthew Duane, signifies formal acknowledgment of these modifications. This amendment highlights the procedural requirements necessary for potential contractors to comply with the solicitation amendment standards.
    The Bureau of Land Management (BLM) is seeking proposals for a firm fixed-price contract for vault toilet pumping services in the Vale, Oregon district, with the solicitation number 140L4325Q0010. The contract spans from April 1, 2025, through March 31, 2026, with options for four additional years. The contractor is responsible for all labor, materials, and transportation required for pumping services at specified sites. The contract is set aside for small businesses, adhering to the NAICS code 562991, with a size limit of $9 million. Proposals must include a completed Offeror Representations and Certifications form. The scope includes cleaning, disinfecting, and disposing of waste from vault toilets while complying with local, state, and federal regulations. Specific procedural guidelines stress environmental safety and worker conduct. Crucial logistics requirements involve ensuring less than one inch of effluent remains in the vault after pumping and meticulous site cleanup to prevent waste contamination. The contractor must document the pumping operations and adhere to controlled disposal processes. Adherence to regulations concerning hazardous materials, fire safety during the operational season, and preservation of archaeological data is mandated. This contract exemplifies BLM’s commitment to effective environmental management and public health in recreational areas.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    1145757-MBS VAULT PUMPING BPA CALL
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide vault toilet pumping services for the Mt. Baker-Snoqualmie National Forest, particularly on the Snoqualmie Ranger District. The procurement involves pumping approximately 42 toilet vaults on an as-needed basis, requiring the contractor to supply all necessary labor, materials, equipment, and transportation while adhering to state and federal regulations for waste disposal. This service is crucial for maintaining sanitation and environmental standards within the national forest. Interested contractors with an active Blanket Purchase Agreement (BPA) for Region 6 must respond by March 28, 2025, and can contact A Kay Steffey at arlene.steffey@usda.gov for further details.
    Toilet Pumping for London Ranger District
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide toilet pumping services for the London Ranger District within the Daniel Boone National Forest in Kentucky. The contract encompasses the pumping, cleaning, and disinfecting of vault toilets, requiring contractors to respond to service notifications within a 48-hour window and to service 41 vaults annually, while adhering to environmental and public health standards. This initiative is crucial for maintaining sanitation facilities in public recreational areas, ensuring compliance with federal regulations, and promoting efficient waste management. Interested contractors must submit their proposals, including an Experience Questionnaire, by the specified deadline, and can direct inquiries to Molly Sikkink at molly.sikkink@usda.gov. The contract period is anticipated to run from April 1, 2025, to March 31, 2030, with options for extension.
    Combined synopsis solicitation is being issued for
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) focused on Pasture Management Services at the Dean Creek Elk Viewing Area in Oregon. This opportunity is specifically set aside for small business vendors and aims to enhance natural resource conservation through activities such as site preparation mowing, teddering, and fuel break raking over a five-year contract period starting June 1, 2025. The selected vendors must demonstrate relevant experience and technical capacity in similar projects, with a submission deadline of April 4, 2025, and inquiries accepted via email until March 21, 2025. Interested parties can contact Traci Thaler at tthaler@blm.gov or (916) 952-5223 for further information.
    S--REC FACILITY CLEANING CONTRACT
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational facilities across multiple counties in California, under the solicitation titled "S--REC FACILITY CLEANING CONTRACT." The contract will cover a range of cleaning tasks, including restocking supplies, cleaning vault toilets, and trash pickup, with operations set to commence on January 1, 2025, and a performance period extending until December 31, 2029, with potential annual extensions. This procurement is crucial for maintaining sanitary conditions at public recreation areas, thereby enhancing visitor safety and enjoyment, and is governed by federal labor standards, including wage determinations. Interested contractors must submit their quotations electronically, ensuring compliance with all outlined requirements, and can contact Gabriel Lange at glange@blm.gov or (720) 916-1632 for further information.
    SFO - RECREATIONAL SITES JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide janitorial services for recreational sites, specifically at the Box Canyon and Socorro Nature Area in New Mexico. The contract requires cleaning specific restroom facilities twice weekly, including tasks such as trash removal, sweeping, and reporting maintenance issues, with the contractor responsible for all necessary supplies and equipment. This procurement underscores the BLM's commitment to maintaining clean public facilities, with a contract duration comprising a base year and an optional follow-up year. Interested vendors must submit their quotations by March 19, 2025, and can contact Lashondra Hubbard at lhubbard@blm.gov or 520-780-3978 for further details.
    Toilet Pumping for Stearns Ranger District on Daniel Boone NF
    Buyer not available
    The USDA Forest Service is seeking qualified contractors to provide toilet pumping services for the Stearns Ranger District within the Daniel Boone National Forest in Kentucky. The procurement involves a firm fixed-price contract for a base year, with the potential for up to four additional option years, focusing on the timely removal of waste from vault toilets and maintaining cleanliness and hygiene at developed recreation sites. This service is crucial for ensuring public safety and enhancing visitor experiences in outdoor recreational areas. Interested small businesses must submit their proposals, including technical capabilities and past performance information, by the specified deadline, and can direct inquiries to Molly Sikkink at molly.sikkink@usda.gov.
    PDO Annual Safety Trailer Inspection & Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide annual safety inspections and necessary repairs for 49 trailers as part of a federal contract opportunity. The objective of this procurement is to ensure compliance with federal and state safety regulations, particularly those set by the Department of Transportation, by conducting thorough inspections and repairs on-site by certified mechanics. This initiative is crucial for maintaining the operational integrity and safety of the BLM's fleet, which supports its mission in land management. Interested small businesses must submit their quotes by March 21, 2025, and direct any inquiries to Cindy Gonzalez at chgonzalez@blm.gov or by phone at 720-854-8791, with the contract expected to commence shortly after award and be completed within 60 business days.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.
    VALLEY COUNTY ROAD GRADING
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for a road grading project in Valley County, Montana, with an estimated budget of under $50,000. The project involves the restoration of approximately 53.5 miles of road to ensure proper drainage and maintain road integrity, adhering to federal labor standards and safety regulations. This initiative is crucial for enhancing local infrastructure and promoting small business participation in federal contracts. Interested contractors must submit their sealed bids by March 24, 2025, with the contract period running from May 1, 2025, to April 30, 2026, and an option for an additional year. For further inquiries, contact Chad Clapp at cclapp@blm.gov.
    S222-- Shower Trailer Waste Pumping Services Base Plus Two
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide wastewater pumping services for shower trailers at the Roseburg VA Health Care System in Oregon. The procurement involves weekly inspections and pumping of wastewater from two trailers, ensuring compliance with local regulations and maintaining sanitary conditions, with a contract structure comprising a base year plus two option years valued at approximately $9 million. This service is crucial for supporting the health and well-being of veterans utilizing these facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 18, 2025, and can direct inquiries to Contract Specialist Robert B. Weeks at robert.weeks@va.gov.