Pompeys Pillar Vault Toilet
ID: 140L3625Q0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTMONTANA STATE OFFICEBILLINGS, MT, 59101, USA

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project encompasses site preparation, demolition of existing facilities, installation of concrete toilets, and construction of associated infrastructure, including sidewalks, while adhering to environmental regulations and safety standards. This initiative, funded under the Great American Outdoors Act, aims to enhance visitor facilities and support small businesses, with an estimated budget between $100,000 and $250,000. Contractors must submit their proposals by the specified deadline and are encouraged to contact Christine Mundt at cmundt@blm.gov or 406-896-5030 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management is seeking contractors for the replacement of two single vault toilets with a double vault toilet at Pompeys Pillar National Monument in Montana. The project involves site preparation, demolition of existing facilities, installation of concrete toilets, and construction of accompanying infrastructure including sidewalks. Contractors are responsible for utility locates, compliance with installation standards, and a construction schedule that minimizes disruption. The requirements include environmental considerations, securing work areas, and obtaining necessary permits. The project specifications detail various phases, including site grading, concrete work, and reclamation efforts post-installation. The project timeline indicates commencement on October 1, 2024. The overall goal is to enhance visitor facilities while ensuring adherence to safety and environmental regulations, reflecting the government's commitment to public service and infrastructure improvement.
    This document outlines the requirements for a construction project involving the removal of existing vault toilets, sidewalk replacement, and the installation of new ADA-compliant concrete structures. The contractor is tasked with locating utilities, removing and properly disposing of existing infrastructure, excavating for a double vault toilet, and ensuring compliance with grade and elevation specifications. Fill material must be compacted to 95% maximum dry density and all reused material must be free of organic matter. The contractor is also responsible for minimizing vegetation disturbance and will be required to seed disturbed areas with appropriate grass seed. Signage for construction area closures is mandatory. Overall, the document emphasizes the contractor's accountability in adhering to environmental guidelines and construction specifications as part of a federal or state/local contract.
    The document outlines wage determinations relevant to heavy construction projects in Yellowstone County, Montana, under the Davis-Bacon Act and pertinent Executive Orders. Effective January 2025, contractors must pay covered workers at least $17.75 per hour if contracts are initiated or extended after January 30, 2022, or a minimum of $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, unless the listed wage determination rates are higher. The document details prevailing wage rates for various classifications including boilermakers, electricians, masons, and laborers, with specific rates varying by work zone in relation to distance from county courthouses. It also mentions additional protections for workers under Executive Order 13706, which mandates paid sick leave. The summary contains guidelines for appeals on wage determinations and outlines the classification and identifiers system used to categorize each wage rate. These details reinforce the commitment to fair labor standards and compliance with federal regulations in awarding and executing public construction contracts.
    The document pertains to Solicitation No. 140L3625Q0002, which outlines the requirements for the replacement of vault toilets at Pompeys Pillar under the Great American Outdoors Act (GAOA). Contractors are required to submit a list of up to five similar projects completed in the last five years, demonstrating their ability to deliver projects timely and satisfactorily. The structure of the proposal includes detailed information regarding each past project, such as project location, description, contractor details, work percentages, completion dates, contract amounts, and a point of contact. It also mandates an explanation of any problems encountered and the corrective actions taken. This solicitation emphasizes the importance of relevant experience, particularly focusing on project management and execution in a government context, which is crucial for ensuring successful outcomes in federally funded projects.
    The document pertains to Solicitation No. 140L3625Q0002 issued by the U.S. Department of the Interior, specifically the Bureau of Land Management, for the project focused on the replacement of the Pompeys Pillar Vault Toilet under the Great American Outdoors Act (GAOA). It includes a Past Performance Questionnaire (PPQ) designed to assess a company's past performance based on various criteria. Evaluators rate aspects such as the company's relationship with the contract team, corporate management integrity, quality control, and adherence to performance schedules. Additionally, the questionnaire addresses any prior issues with the company, customer satisfaction, and the company’s opportunity to respond to negative feedback. Ratings range from Outstanding to Unacceptable, influencing the federal award process for contracts. The document underscores the importance of evaluating contractor performance in the context of federal grants and RFPs, thereby ensuring that quality requirements and project expectations are met effectively.
    The document outlines the requirements and format for a payment bond as mandated under 40 USC Chapter 31, Subchapter III. It serves to protect individuals or entities supplying labor and materials under federal contracts. The principal (the contractor) and surety (the bonding company) are held responsible to ensure that payments are made to those providing labor or materials. The bond must clearly state the penal sum, the names and addresses of the principal and sureties, and requires signatures from authorized representatives, affixed with corporate seals when applicable. Specific instructions detail how to fill out the form, including information about surety requirements, co-surety arrangements, and the necessary legal formalities. This structure aligns with federal RFPs and grants, emphasizing compliance and the governing laws that protect parties involved in government contracts. This comprehensive approach ensures that obligations will be met in terms of financial liability associated with the project, thereby safeguarding the interests of all stakeholders involved.
    The document outlines the requirements for submitting the Davis-Bacon and Related Acts (DBRA) Weekly Certified Payroll Form, mandated by the U.S. Department of Labor for contractors and subcontractors involved in federal and federally assisted construction projects. Contractors must submit payroll information weekly, certifying that workers have been paid at least the prevailing wage rates specified in the contract. The form requires details such as project name, wage determination number, worker classifications, wage rates, total hours worked, and deductions. Additionally, a certifying official must attest to the accuracy and completeness of the payroll data, ensuring compliance with labor regulations. The document emphasizes maintaining records for auditing purposes and outlines fines for false statements, which could lead to civil or criminal prosecution and potential debarment from future contracts. The estimated completion time for this form is approximately 55 minutes, underscoring the administrative responsibilities tied to government contracts. Overall, the summary qualitatively captures the essence of compliance and accountability in payroll reporting for laborers on government contracts.
    The Bureau of Land Management (BLM) of the Department of Interior is preparing to solicit quotations for the construction of a double vault toilet at Pompeys Pillar National Monument in Montana. The project involves replacing two existing single vault toilets and includes various tasks such as site grading, toilet removal, sidewalk demolition, installation of the new toilet, and site reclamation. The Request for Quotations (RFQ) is expected to be released around January 22, 2025, with bids due approximately a month later. The estimated project cost falls between $100,000 and $250,000, and it will be open primarily to small businesses, adhering to the relevant federal regulations. Contractors must visit the site to understand the project requirements and must be registered in the System for Award Management (SAM) to be eligible for the contract. The selected contractor will start work within 10 days post-notice of award and is expected to complete the project by November 21, 2025. For further inquiries, firms can contact the designated BLM representative. This undertaking underscores the government's commitment to maintaining national monuments while providing opportunities for small businesses in federal contracting.
    This governmental solicitation seeks bids for the replacement of vault toilets under the Great American Outdoors Act at Pompeys Pillar National Monument in Montana. The project, assigned Solicitation No. 140L3625Q0002, is primarily aimed at enhancing facilities within the site and is categorized as a Total Small Business Set-Aside with an estimated budget range of $100,000 to $250,000. Contractors must initiate work within 10 calendar days of award and complete the project within 150 calendar days after receipt of the notice to proceed. All offers must be submitted by a specified deadline, and late submissions will be rejected. The solicitation outlines the necessity for performance and payment bonds and provides essential contractor details, including a point of contact at the Bureau of Land Management in Billings, Montana. This document is crucial for informing potential contractors of the requirements and conditions for participating in the project, facilitating a competitive bidding process aligned with federal contracting procedures. The detailed requirements, including timelines and compliance stipulations, underscore the commitment to secure quality and timely work on government-funded projects.
    The U.S. Department of the Interior, Bureau of Land Management is soliciting quotations for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana under the Great American Outdoors Act. The project, with a budget estimated between $100,000 and $250,000, involves various construction activities, including site grading, toilet removal, vault installation, and seeding. It is a small business set-aside procurement, classified under NAICS Code 238910. Contractors are advised to inspect the site and submit questions by February 24, 2025, ahead of the quotation response deadline. The solicitation outlines bonding requirements, invoicing through the U.S. Treasury's Invoice Processing Platform, and the necessity for contractors to adhere to specified material and workmanship standards. Additionally, the contract includes requirements for compliance with federal laws and guidelines, including the Buy American Act. This project reflects the government’s commitment to improve public facilities and enhance visitor experience at national monuments while supporting small businesses in construction.
    Lifecycle
    Title
    Type
    Similar Opportunities
    W--YAKIMA CANYON PORTAPOTTY RENTAL Spokane District
    Buyer not available
    The Bureau of Land Management (BLM) is seeking quotations for a firm fixed-price contract for portable toilet rentals in the Yakima River Canyon area, specifically from April 1, 2025, to March 31, 2030, with options for up to four extensions. The contract aims to provide essential sanitation services at new BLM recreation sites, ensuring that public facilities are maintained to health and safety standards. This procurement is particularly important for enhancing visitor experiences in recreational areas, as it supports environmental stewardship and public access to outdoor amenities. Interested small businesses must submit their bids by March 5, 2025, and can contact Doris Jeffers at dgjeffers@blm.gov or 503-808-6061 for further details.
    SEPTIC SERVICES BLM COTTONWOOD ID
    Buyer not available
    The Bureau of Land Management (BLM) is seeking bids for septic services at the Cottonwood Field Office in Idaho, specifically for the period from May 15, 2025, to May 14, 2026. The contractor will be responsible for pumping vault toilets, servicing portable toilets, and maintaining cleanliness at various recreational sites, ensuring compliance with environmental standards and public health regulations. This procurement is crucial for maintaining sanitation facilities in recreational areas along the Lower Salmon River, supporting visitor safety and comfort. Interested small businesses must submit their proposals by February 28, 2025, at 5 PM Eastern time, and can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.
    Y--DEAN S. RECREATION SITE
    Buyer not available
    The Bureau of Land Management (BLM) Montana State Office is soliciting proposals for the construction of the Dean S. Recreation Site in Custer County, Montana. The project involves reconstructing access roads, establishing a day-use parking area, creating ten dispersed camping sites, and developing additional facilities such as restroom amenities and walking trails, with an estimated budget between $500,000 and $1,000,000. This initiative aims to enhance public recreation facilities while promoting participation from Women-Owned Small Businesses (WOSB) in federal contracting. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by February 24, 2025, with work expected to commence shortly after the notice to proceed and completion targeted by October 30, 2025. For further inquiries, contact Jorge Alvarez at jalvarez@blm.gov or by phone at 854-500-1840.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    Z--Craters of the Moon NP: Rehab Restroom
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of restroom facilities at the Visitor Center of Craters of the Moon National Monument & Preserve in Idaho. The project aims to enhance accessibility and functionality, ensuring compliance with federal standards, including the Americans with Disabilities Act (ADA). This initiative is crucial for improving visitor experiences at the park while adhering to safety and regulatory requirements. Proposals are due by March 17, 2025, with the contract period set from April 14, 2025, to February 16, 2026. Interested parties should direct inquiries to Geraldine Larsen at geraldinelarsen@nps.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 pumping services for the Mount Baker Ranger District within the Mt Baker-Snoqualmie National Forest in Washington. The procurement involves establishing a Blanket Purchase Agreement (BPA) for services extending from May 1, 2025, to April 30, 2032, with a focus on maintaining outdoor recreational facilities by ensuring proper waste management at various campground locations. Interested vendors must adhere to the NAICS code 562991, with a size standard of $9 million, and are required to submit technical and price proposals by the bid deadline of March 28, 2025. For further inquiries, vendors can contact A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    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.
    S--MILES CITY JANITORIAL SERVICES
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for janitorial services at the Miles City Field Office in Montana, with the contract effective from April 1, 2025, to March 31, 2026. The selected contractor will be responsible for providing comprehensive cleaning services across three on-site buildings totaling approximately 31,223 square feet, ensuring compliance with quality and safety standards while utilizing environmentally safe supplies. This procurement is a 100% Small Business Set-Aside under NAICS code 561720, emphasizing the importance of supporting small businesses in federal contracting. Interested offerors must submit their quotes by February 28, 2025, and ensure registration in the System for Award Management (SAM); for further inquiries, contact Christopher Brailer at cbrailer@blm.gov or call 406-896-5196.