ROMO REPLACE SEPTIC TRUCK TANK
ID: 140P1225Q0021Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR INTERMOUNTAIN REGION(1200)DENVER, CO, 80225, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (J025)

Set Aside

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

    The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of a septic truck tank at Rocky Mountain National Park. The project involves the installation of a new 2650-gallon aluminum vacuum septic tank on an existing truck chassis, requiring compliance with federal DOT guidelines and the removal of the old tank, along with necessary plumbing and electrical installations. This procurement is critical for maintaining the park's operational efficiency and safety standards, particularly in high-altitude environments. Interested small businesses must submit their proposals by February 21, 2025, and can contact Luke Bowman at luke_bowman@nps.gov or 928-638-7363 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Rocky Mountain National Park requires the installation of a new 2650-gallon aluminum vacuum septic tank on an existing truck chassis, emphasizing compliance with federal DOT guidelines. The project entails the removal of the old tank, complete assembly of the new tank onto the chassis, and connection of existing pumping and water systems. Key specifications include a dual-compartment tank design, specialized shutoff systems, and necessary plumbing and electrical installations. The installation process must be completed within 90 days after the chassis is delivered, which the park will facilitate within a 100-mile radius. Additionally, the vendor must provide operator training at the park's location. This request for proposals (RFP) highlights the urgent and compelling need for the park's maintenance operations, ensuring that technical specifications align with operational efficiency and safety standards for high-altitude services. The document serves as a detailed solicitation for contractors to meet the park's requirements effectively.
    The document outlines Wage Determination No. 2015-5421 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage requirements for federal contracts. It distinguishes between contracts awarded before and after January 30, 2022, referencing Executive Orders 14026 and 13658 for wage rates, which adjust annually. For contracts executed post-January 2022, the minimum hourly wage is set at $17.75; for those awarded between 2015 and January 2022, it is $13.30, unless higher rates are specified. The document lists multiple occupations with corresponding wage rates applicable in Larimer County, Colorado, and details fringe benefits such as health and welfare payments, vacation, holidays, and sick leave provisions, including a note on uniform allowances. It emphasizes compliance with the Service Contract Act and outlines procedures for additional classification requests not explicitly mentioned in the wage determination. Overall, the document serves as a guideline for contractors ensuring adherence to federal wage and labor standards while engaging in public service contracts.
    The document is a Request for Quotation (RFQ) from the National Park Service (NPS) for a Septic Truck Tank Replacement at Rocky Mountain National Park, specifically outlined under solicitation number 140P1225Q0021. The RFQ highlights the necessary supplies, service expectations, and specifics like delivery dates and performance timeframe, spanning from March 1, 2025, to May 30, 2025. Importantly, this contract is set aside for small businesses, with a defined NAICS code of 811111 and size standard of $9 million. Offerors must fulfill various requirements, including a Unique Entity Identifier (UEI), active registration in the System for Award Management (SAM), and submission of specific documentation by the February 21, 2025 deadline. The selection process will prioritize price and overall value, and the contract will operate under a firm-fixed-price model. The document stresses compliance with federal regulations and encourages offerors to seek assistance for any registration queries. This RFQ aims to ensure safe and efficient service delivery aligned with government contracting protocols while providing opportunities for small businesses in the procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.
    H--Sewer Mains Cleaning and Video Inspection Service
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide sewer mains cleaning and video inspection services at Zion National Park. The contract aims to maintain the park's sewer infrastructure by cleaning approximately 44,500 feet of sewer mains and conducting video inspections to document their condition, ensuring safety and functionality for park visitors. This procurement reflects the government's commitment to environmental integrity and infrastructure maintenance within national parks. Interested contractors must submit their quotes by February 20, 2025, and can contact Billie Thomas at BillieThomas@nps.gov or 406-599-4402 for further information.
    WEST ZONE MT HOOD NATIONAL FOREST PARENT BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking small businesses to provide vault septic pumping services for the Mt. Hood National Forest in Oregon. This procurement aims to establish a Blanket Purchase Agreement for on-demand septic pumping services, with a performance period extending from May 1, 2025, to April 30, 2032. The services are crucial for maintaining public facilities and ensuring effective waste management in recreational areas, thereby supporting environmental stewardship. Interested vendors must submit their technical and price proposals by February 28, 2025, and can direct inquiries to A Kay Steffey at arlene.steffey@usda.gov or call 208-484-4622 for further information.
    Propane Services, Steamtown National Historic Site
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking qualified contractors to provide propane delivery services for the Steamtown National Historic Site in Scranton, PA. The procurement involves an indefinite delivery requirement contract for the delivery of between 500 and 5,500 gallons of liquid propane gas (LPG) monthly, ensuring that tanks remain between 30% and 80% full during regular business hours, with a service period commencing on March 1, 2025, and extending for a base year plus two optional years. This contract is crucial for maintaining operational efficiency at the historic site, and contractors must comply with federal, state, and local regulations, including safety inspections and repairs of tank components. Interested parties should note that the total estimated contract value is capped at $150,000, with an initial award likely under $50,000, and proposals are due by February 21, 2025. For further inquiries, contact Derek Barber-Richards at derekbarber-richards@contractor.nps.gov.
    GRSA PROPANE
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for a propane delivery contract to support operations at the Great Sand Dunes National Park in Colorado. The contract, set aside for small businesses, requires the delivery of approximately 13,000 gallons of propane annually over a five-year period, with specific delivery schedules and operational requirements outlined to ensure the continuous functioning of park facilities. Interested vendors must submit their quotations by February 21, 2025, and ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI). For further inquiries, vendors can contact Luke Bowman at lukebowman@nps.gov or by phone at 928-638-7363.
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking proposals for portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, California. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for four additional one-year extensions, requiring contractors to provide scheduled and on-call services that comply with ADA standards. This procurement is essential for maintaining sanitation facilities in the park, ensuring cleanliness and accessibility for visitors, and adhering to federal regulations. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    Toilet Pumping Monogahela National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for toilet pumping services at the Monongahela National Forest in West Virginia. The contract involves providing vault toilet pumping services across the Cheat/Potomac and Greenbrier Ranger Districts, with work segmented into three phases scheduled between April and August, as well as emergency services as needed. This procurement is crucial for maintaining sanitation and public health standards in outdoor recreational areas, ensuring compliance with environmental regulations. Interested small businesses must submit their quotes by February 21, 2025, and can direct inquiries to Eric King at eric.king@usda.gov or Keith Friot at keith.d.friot@usda.gov.
    MT BAKER RANGER DISTRICT - VAULT TOILET INVENTORY MT BAKER SNOQUALMIE NATIONAL FOREST BPA SET UP
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide vault toilet and septic pumping services for the Mt. Baker Ranger District within the Mt. Baker-Snoqualmie National Forest in Washington. This procurement involves establishing a Blanket Purchase Agreement (BPA) for services extending from May 1, 2025, to April 30, 2032, with a focus on maintaining government facilities to ensure compliance and availability for federal recreation sites. Interested vendors must adhere to the specified NAICS code (562991) and size standard of $9 million, with bids due by March 28, 2025, including both technical and price proposals. For further inquiries, potential bidders can contact A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is seeking proposals for the installation of a new septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside under NAICS code 238910, involves the complete demolition of the existing septic system and the construction of a new system compliant with state regulations, with a budget estimated between $250,000 and $500,000. The initiative is crucial for maintaining the functionality and environmental safety of recreational facilities, enhancing visitor experiences while adhering to federal environmental standards. Interested contractors must submit their proposals electronically by March 7, 2025, and are encouraged to contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or 703-358-2313 for further details.
    Z--CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the fuel island and tanks at Chiricahua National Monument in Arizona. The project requires contractors to provide all necessary labor, materials, and equipment, with a focus on installing a dual-side dispenser for gas and diesel, while utilizing existing concrete pads. This initiative is crucial for maintaining the infrastructure of the monument, ensuring compliance with federal regulations regarding labor standards, safety, and environmental protocols. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and conclude by June 10, 2025. For further inquiries, potential bidders can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.