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 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 5:00 PM UTC
Description

The National Park Service (NPS) is seeking qualified small businesses to replace the septic system for Quarters 321 and 323 at Buxton, North Carolina, as part of a firm-fixed-price contract. The project involves the demolition of the existing septic system and the installation of a new 1,000-gallon septic tank along with associated drain fields, adhering to North Carolina's environmental health standards and building codes. This initiative is crucial for maintaining the infrastructure of historic properties while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes by April 15, 2025, at 1 PM EST, and are encouraged to attend a pre-proposal site visit on March 28, 2025. 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 9, 2025, 4:06 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 9, 2025, 4:06 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 9, 2025, 4:06 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 9, 2025, 4:06 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 9, 2025, 4:06 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 9, 2025, 4:06 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 9, 2025, 4:06 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 9, 2025, 4:06 PM UTC
Apr 9, 2025, 4:06 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 9, 2025, 4:06 PM UTC
The document is an amendment to solicitation number 140P5325Q0014, issued by the National Park Service (NPS). Its primary purpose is to officially extend the deadline for submitting quotes to April 15, 2025, at 1 PM EST. The period of performance for the associated contract is outlined as starting from May 1, 2025, to July 31, 2025. The amendment provides specific instructions on how contractors can acknowledge receipt of the amendment to avoid rejection of their offers, including methods such as electronic communication or letter referencing the solicitation and amendment numbers. The document retains all terms and conditions of the original solicitation unchanged, while emphasizing the importance of the amendment for compliance with submission timelines. This amendment reflects a common procedural update in federal RFP processes, ensuring clarity and adherence to new deadlines for potential contractors.
Apr 9, 2025, 4:06 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
Gila National Forest, Reserve District, Septic Replacement
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking proposals for the replacement of two septic systems at residential facilities within the Gila National Forest, Reserve Ranger District, in 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 state regulations. 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 15, 2025, and ensure they are registered in the System for Award Management (SAM). For inquiries, contact Troy McCullough at troy.mccullough@usda.gov or Michelle Bahr at michelle.l.bahr@usda.gov.
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.
S--BADL Biowaste Vault Pumping Service
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for Biowaste Vault Pumping Services at Badlands National Park in South Dakota. This procurement aims to establish a firm-fixed price contract for septic pumping services covering 13 vault toilets, with services scheduled approximately every three weeks over three ordering periods from April 1, 2025, to March 31, 2028. The contract is crucial for maintaining sanitation services that enhance the visitor experience and support environmental management within the park. Interested small businesses must submit their quotations electronically, including a completed Standard Form 1449 and relevant experience documentation, by the specified deadlines, with a site visit scheduled for April 17, 2025. For further inquiries, potential offerors can contact Nathan Ziegler at nathanziegler@nps.gov or call 605-574-0480.
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.
Betty Jane Bagley OSS Replacement (Suquamish)
Buyer not available
The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
Wastewater Operator Services for Yosemite NP
Buyer not available
The National Park Service is seeking qualified small businesses to provide wastewater treatment operator services at Yosemite National Park in California. The procurement aims to maintain three wastewater treatment facilities, ensuring compliance with federal and state regulations while effectively managing wastewater treatment processes. This contract is crucial for sustainable wastewater management in a national park setting, with a performance period from May 18, 2025, to October 18, 2025. Interested offerors must submit their quotes via email to Charlene Flanagan by 5:00 PM Pacific Time on April 23, 2025, and demonstrate relevant past experience in wastewater treatment services as part of their proposal.
Propane Tank Replumbing & Testing at Yosemite NP
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide services for the replumbing, inspection, and testing of an 18,000-gallon above-ground propane tank at Yosemite National Park in California. The project aims to address substandard plumbing and potential leaks in the existing system, requiring contractors to supply necessary materials, including a temporary tank, and to adhere to local and state propane gas codes during the overhaul. This procurement is crucial for maintaining safety and operational standards within the park's infrastructure. Interested parties must submit their quotes by 5:00 PM Pacific Time on May 12, 2025, and direct any questions to Lisa Henson at lisahenson@nps.gov by April 29, 2025.
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.