Z--REPLACE SEPTIC SYSTEM FOR QTR, 321/323
ID: 140P5325Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF SEWAGE AND WASTE FACILITIES (Z2ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 9:00 PM UTC
Description

The National Park Service (NPS) is seeking qualified small businesses to replace the septic system and drain fields at Buxton Quarters 321 and 323, located in Cape Hatteras National Seashore, North Carolina. The project involves the demolition of the existing septic system and the installation of a new 1,000-gallon septic tank, adhering to North Carolina's environmental health standards and building codes. This procurement is crucial for maintaining the infrastructure of historic properties while ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by April 10, 2025, at 1 PM EST, and are encouraged to attend a pre-proposal site visit on March 28, 2025, at 10 AM. For further inquiries, contact Ashley Warcewicz at ashley_warcewicz@nps.gov.

Point(s) of Contact
Warcewicz, Ashley
ashley_warcewicz@nps.gov
Files
Title
Posted
Apr 1, 2025, 7:04 PM UTC
The National Park Service (NPS) requires the replacement of the septic tank and drain field at Buxton Quarters 321 & 323, located at 46020 Cabin Rd, Buxton, NC. The existing cabins, built in the 1930s and registered as historic, require the new septic system to comply with North Carolina's environmental health standards and building codes. The project involves tasks such as the demolition of the existing septic system, installation of a new 1,000-gallon concrete septic tank, and creation of a drainfield with specific trenches and specifications. The contractor is responsible for marking utilities, managing demolition debris, and ensuring public safety during the construction period, which will operate Monday through Friday from 7:00 AM to 5:00 PM. Post-construction, the site must be restored and re-seeded appropriately. The government will not provide materials or equipment but allows access to exterior water and electricity. Compliance with environmental standards, safety measures, and contractor qualifications are integral components. This project highlights the federal initiative to maintain historic properties while upgrading essential infrastructure.
Apr 1, 2025, 7:04 PM UTC
The document outlines the specifications and procedures for demolishing and replacing an existing septic system for CCC Cabin 321. It includes the disconnection of the current septic drain line, removal of a 750-gallon septic tank, and installation of a new 1000-gallon septic tank with distribution box. Key installation details indicate the need for positive slopes in drainlines, careful excavation to avoid damaging existing utility lines, and specific backfilling requirements post-installation. The structure provides an aerial view and detailed design, emphasizing minimizing soil disturbance and ensuring adequate separation from slope edges during trench work. The document serves as a guideline for contractors involved in the septic system replacement, ensuring compliance with environmental and safety standards. This is pertinent to government RFPs for infrastructure improvement and environmental health services at state and local levels.
Apr 1, 2025, 7:04 PM UTC
The document outlines specifications for the installation of septic tanks and associated infrastructure, mandated for compliance with North Carolina regulations. It includes details such as the use of Schedule 40 PVC for risers and lateral lines, requirements for cleanouts, and guidelines for septic tank installation. Notably, only tanks approved by the North Carolina Department of Health and Human Services (NCDHHS) may be used, and vendors must follow specified procedural requirements outlined in the state's statutes. Key points include ensuring that tanks are installed on solid ground, incorporating stainless steel components, and conducting water tests post-installation to verify seals. The septic system design must comply with the North Carolina Administrative Code, and trenches designated for the septic system must meet specific width requirements. Emphasis is placed on adhering strictly to the scope of work, ensuring appropriate materials are used, and providing adequate soil cover for septic chambers. This document serves as a guideline for contractors involved in federal, state, or local projects related to wastewater management, ensuring regulatory compliance while maintaining environmental safety and public health standards.
Apr 1, 2025, 7:04 PM UTC
The document outlines a Request for Proposal (RFP) for replacing septic systems for Historic Civilian Conservation Corps (CCC) quarters 321 and 323 in Buxton, North Carolina. The project is scheduled for completion between May 1, 2025 and July 31, 2025. Contractors are required to provide all labor, materials, equipment, and supervision according to specified standards, with fixed-price consideration. The RFP includes various sections detailing the bid schedule, specifications, inspection requirements, and contract administration data. Key points include contractor obligations, such as the maintenance of quality control measures and compliance with liability insurance requirements. The document specifies inspection and acceptance procedures by government officials, emphasizing that all work must meet contract requirements. Contractors must also adhere to regulations regarding lead-based paint and minimum wage standards under Executive Order 14026. Overall, this RFP serves as a formal solicitation aimed at securing qualified contractors for the septic system replacement project, reinforcing the importance of safety, historical preservation, and compliance with federal regulations.
Apr 1, 2025, 7:04 PM UTC
The document outlines the requirements set by the Federal Acquisition Regulation (FAR) 36.211(b) regarding construction contract administration. It mandates that federal agencies must provide a detailed description of their policies and procedures for definitizing equitable adjustments related to change orders in construction contracts. Additionally, agencies are required to supply data on the time taken to finalize these equitable adjustments. For more information, agencies can refer to the Department of the Interior's acquisition policy on construction contracts available online. This regulation is aimed at ensuring transparency and efficiency in the management of construction contracts within government operations, which is particularly significant in the context of federal RFPs and grants where change orders might commonly occur. The focus is on maintaining accountability and providing clear guidelines for handling changes in construction projects, thereby supporting better management of public funds and contractual obligations.
Apr 1, 2025, 7:04 PM UTC
The document outlines guidelines and criteria for federal and state/local requests for proposals (RFPs) and grants aimed at funding various initiatives. The main purpose is to streamline the application process for potential grant seekers by providing a clear framework, which includes required qualifications, project scopes, and funding priorities. Emphasis is put on the importance of community-centered projects that address specific local needs, ensuring alignment with government objectives. Key ideas include the focus on collaboration across local agencies, the necessity of detailed project plans, and adherence to budgetary constraints. The document stresses transparency in reporting and accountability in the utilization of funds, highlighting the government's commitment to fostering effective partnerships with applicants. Overall, this document is an essential resource for organizations seeking government funding, guiding them in crafting proposals that meet required standards and addressing priority areas that align with federal and state initiatives.
Apr 1, 2025, 7:04 PM UTC
The document addresses Amendment 1 of the RFP 140P5325Q0014, which concerns a new contract requiring the installation of a septic system using a 1000-gallon tank. It clarifies that this solicitation is a Request for Quotes (RFQ) based on the Lowest Price Technically Acceptable criteria, emphasizing the need for bidders to provide evidence of their experience and past performance. Additionally, a question regarding the feasibility of using a substitute poly tank—due to high costs associated with precast concrete tanks in Eastern North Carolina—was addressed. The response permits the use of a State-approved plastic tank that conforms to North Carolina Code, with specific stipulations regarding its construction and installation. This document serves as a guide for potential contractors by clarifying requirements and offering flexibility in tank selection under established regulatory standards.
Apr 1, 2025, 7:04 PM UTC
Apr 1, 2025, 7:04 PM UTC
This document serves as Amendment 1 to solicitation number 140P5325Q0014, issued by the National Park Service for a project in Gatlinburg, TN. The amendment includes instructions for acknowledging receipt of the amendment, which can be done by various methods, ensuring adherence to specified submission deadlines. The due date for offers remains unchanged at April 10, 2025, at 1 PM EST, with a period of performance from May 1, 2025, to July 31, 2025. The key changes include the addition of site visit sign-in information, answers to questions raised during the solicitation process, and edited contract clauses. The document reinforces that all other terms and conditions remain unchanged unless explicitly modified by the amendment. This serves to clarify requirements and streamline the bidding process for interested contractors while ensuring compliance with the original solicitation guidelines.
Apr 1, 2025, 7:04 PM UTC
The National Park Service (NPS) is issuing a Request for Proposal (RFP) for the replacement of septic tanks and drain fields at Buxton Quarters 321 & 323 in Cape Hatteras National Seashore. This project, designated as 140P5325Q0014, is a firm-fixed-price contract primarily aimed at small businesses, with an estimated cost between $25,000 and $50,000. The project is set to commence on May 1, 2025, and be completed by July 31, 2025. Offerors are required to submit sealed bids, and must include terms and conditions set forth by the government, including performance and payment bonds and adherence to specified project specifications and drawings. The document outlines the need for inspections and acceptance criteria, assurances for labor and materials, and compliance with federal labor standards, including wage determinations. It also describes the Contractor's responsibilities, including ensuring adequate quality control, maintaining records for compliance, and following federal guidelines regarding subcontracting. This solicitation is integral for maintaining facilities at protected national sites, ensuring a balance between quality construction and environmental preservation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Y--WY-JACKSON NFH-SEPTIC SYSTEM
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors for the construction of a septic system at the Jackson National Fish Hatchery in Wyoming. The project involves the procurement, transport, and installation of a 2000-gallon concrete septic tank with associated components, ensuring compliance with Teton County standards. This initiative is crucial for providing sewage services to the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, thereby enhancing the operational capacity of the facility. Proposals must be submitted via email by April 11, 2025, with construction scheduled to commence no earlier than May 10, 2025, and completed by May 30, 2025. Interested parties can contact John Ferrall at johnferrall@fws.gov or 571-547-3230 for further information.
Gila National Forest, Reserve District, Septic Replacement
Buyer not available
The USDA Forest Service is seeking proposals for the replacement of two septic systems at residential facilities within the Gila National Forest, located in Reserve, New Mexico. The project requires contractors to provide all necessary labor, materials, and permits to decommission existing systems and install new septic tanks and leach fields in compliance with New Mexico Environment Department standards. This initiative is crucial for maintaining safe and compliant housing facilities in the area, with a contract value anticipated between $25,000 and $100,000. Interested contractors must submit their proposals by April 9, 2025, and are encouraged to contact Elizabeth Lanum at elizabeth.lanum@usda.gov for further inquiries and to schedule optional site visits on March 27 and 28, 2025.
CLEANING/INSPECTION OF PARK WATER TANKS FOR FORT P
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a qualified contractor for the cleaning and inspection of water tanks at Fort Pulaski National Monument. The project involves cleaning one 10,000-gallon tank and one 15,000-gallon tank, adhering to ANSI/AWWA C652-11 standards, and ensuring water safety through bacteriological testing, all without the use of chemicals. This procurement is crucial for maintaining safe potable water supply systems within the park, reflecting the government's commitment to public health and safety. Interested small businesses must submit their proposals by the specified deadline, with a performance period concluding on May 30, 2025, and can contact Tara Clark at TaraClark@nps.gov or 662-372-0363 for further details.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
SHEN - PORTABLE TOILETS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for portable toilet rental services, including pumping and cleaning, at various locations within Shenandoah National Park in Virginia. The contract will cover a service period from May 1, 2025, to October 31, 2029, with a base year and four option years, requiring the contractor to supply and maintain portable toilets at designated sites such as Old Rag Parking and White Oak Parking. This procurement is crucial for ensuring visitor comfort and public health standards in the park, emphasizing the need for reliable sanitation facilities. Interested small businesses must submit their quotes electronically by April 23, 2025, and can contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325 for further information.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.
S--PORTABLE TOILET RENTAL TO INCLUDE PUMPING, CLEANIN
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for portable toilet rental services, including pumping, cleaning, and restocking, at Gettysburg National Military Park and the Eisenhower National Historic Site in Pennsylvania. The contract period spans from May 16 to November 30, 2025, and includes provisions for standard and ADA-compliant units, with additional requirements for special events such as the Battle of Gettysburg Anniversary and Remembrance Day. This procurement is crucial for ensuring adequate sanitation facilities during significant historical events, enhancing visitor experience and compliance with public health standards. Interested contractors must submit their quotes by April 25, 2025, and must be registered in the System for Award Management (SAM) to qualify for the award; inquiries can be directed to Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
PINN Portable Toilet Rental & Servicing
Buyer not available
The National Park Service (NPS) is seeking quotations for the rental and servicing of portable toilets and wash stations at Pinnacles National Park in California. The procurement includes the provision of four standard toilets, seven ADA-compliant toilets, and three wash stations, with servicing required twice a week from May 1, 2025, to April 30, 2026. This initiative is crucial for maintaining sanitation and enhancing visitor experience at the park, ensuring compliance with health and safety standards. Interested small businesses must submit their quotations, including a completed Standard Form 1449 and relevant experience documentation, by April 15, 2025, and can direct inquiries to Jack Northcutt at JackNorthcutt@nps.gov.
Charbonneau Park Septic Pump and Inspection
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the maintenance and inspection of septic systems at Charbonneau Park in Burbank, Washington. This procurement aims to address critical maintenance needs due to inadequate past servicing, ensuring compliance with health standards set by the Washington State Department of Health and safeguarding the safety of park visitors. The project involves a one-time service that includes the complete pumping and inspection of two septic tanks, with detailed reports required within 48 hours of task completion. Interested contractors can contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil for further information. This opportunity is set aside for small businesses under the SBA guidelines.
Garrett Hull OSS (Makah)
Buyer not available
The Department of Health and Human Services, through the Indian Health Service, is soliciting bids for the construction of an on-site septic system (OSS) for the Garrett Hull project located in Clallam Bay, Washington. This project, designated as a Total Small Business Set-Aside under NAICS Code 237110, involves the installation of an advanced OSCAR XO2-360 septic system, which includes various components such as treatment and pump tanks, sewer pipes, and a sand mound drain field, all aimed at enhancing public health infrastructure. The estimated construction cost ranges from $25,000 to $100,000, with a completion timeline of 45 calendar days following the Notice to Proceed. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to the primary contact, Robert S. Miller, at robert.miller2@ihs.gov or by phone at 214-767-8589.