Mt. Pinos Toilet Pumping Services, Los Padres NF
ID: 127EAT26Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 3Albuquerque, NM, 871023498, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

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

    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Department of Agriculture (USDA) Forest Service is soliciting bids for toilet pumping services on the Mt. Pinos Ranger District of the Los Padres National Forest. This contract requires the contractor to provide all necessary labor, materials, equipment, transportation, and incidentals for pumping Forest Service-owned campground and trailhead toilets at 13 locations. The contract includes a base year (01/26/2026 – 01/25/2027) and four optional years, with services performed annually from May 1 to October 31. The contractor must navigate challenging dirt roads, potentially requiring 4WD, and dispose of waste off National Forest land in accordance with all regulations. Key tasks include pumping vaults to specific levels, cleaning and disinfecting contaminated areas, and reporting gallons removed per location.
    This document outlines various campgrounds and trailheads that require vault toilet pumping services, likely for a government Request for Proposal (RFP) or contract. It details specific locations, including Chula Vista Campground, Halfmoon Campground, Johnston Ridge Trailhead, Fishbowls Trailhead, Frazier Mountain Trailhead, Aliso Campground, Pine Springs Campground, Caballo Campground, Reyes Creek Trailhead, Valle Vista Campground, Kings Campground, Dutchman Campground, and Little Mutau Trailhead. For each location, it specifies the type and number of toilets (e.g., wooden double toilets, cement vaults, SSTs), their capacity in gallons, and the number of risers. The document also includes important access notes and directions for several sites, such as Chula Vista Campground, Pine Springs Campground, and Reyes Creek Trailhead, emphasizing coordination for access or correcting mapping inaccuracies. The primary purpose is to provide a clear scope of work for sanitation services at these federal or state recreational sites.
    The USDA Forest Service, Los Padres National Forest, issued Solicitation #127EAT26Q0009 for Mt. Pinos Toilet Pumping Services. This Request for Quote (RFQ) details a base year (01/26/2026 – 01/25/2027) and four option years, each covering service dates from May 1st to October 31st. The solicitation outlines specific locations within the national forest, including various campgrounds and trailheads, where toilet vault pumping services are required. For each location and year, the document specifies the quantity and type of vaults (undivided or divided cement) and the estimated quantity of gallons to be pumped annually. Contractors must submit pricing for all items across all years to be considered responsive. Offers are to be submitted electronically to Erin Scott-James.
    This government file, Wage Determination No. 2015-5603 Revision No. 28, effective July 8, 2025, outlines the minimum wage rates and fringe benefits for service contract employees in Kern County, California, under the Service Contract Act. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document specifies fringe benefits including health and welfare ($5.55/hour, or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. It also addresses specific conditions for computer employees and air traffic controllers, including night and Sunday pay. Hazardous duty differentials (4% or 8%) and uniform allowance policies are outlined. The conformance process for unlisted job classifications is detailed, requiring contractors to propose rates and job descriptions for approval by the Wage and Hour Division.
    This government file, Wage Determination No. 2015-5625 Revision No. 25, outlines the minimum wage rates and fringe benefits for service contract employees in Ventura County, California, effective July 8, 2025. It details hourly rates for various occupations, including administrative, automotive, food service, health, and technical roles. The document specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. It also covers fringe benefits such as health and welfare, vacation, and eleven paid holidays. Special provisions for computer employees and air traffic controllers/weather observers, including night and Sunday pay, are noted. Hazardous pay differentials for work with ordnance and uniform allowance guidelines are also included. The conformance process for unlisted job classifications is detailed, ensuring fair compensation and compliance with the Service Contract Act.
    This government wage determination (No.: 2015-5629, Revision No.: 27, dated 07/08/2025) outlines minimum wage rates and benefits for service contract employees in Riverside and San Bernardino Counties, California. It specifies different minimum hourly wages based on the contract award date, referencing Executive Orders 14026 ($17.75/hour for contracts on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document lists various occupations with their corresponding hourly rates, including administrative, automotive, food service, health, IT, and maintenance roles. It also details fringe benefits such as health and welfare, vacation, and eleven paid holidays. Special provisions cover paid sick leave under EO 13706, hazardous duty pay, uniform allowances, and procedures for conforming unlisted occupations via SF-1444, ensuring fair compensation and compliance with federal labor standards.
    This government file, Wage Determination No. 2015-5633 Revision No. 24, outlines prevailing wage rates and fringe benefits for service contracts in Monterey County, California, under the Service Contract Act. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The document lists numerous occupational categories and their respective hourly wage rates, along with fringe benefits for health and welfare, vacation, and holidays. Special provisions include exemptions for certain computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. It also describes the conformance process for unlisted occupations, ensuring fair compensation for all service employees.
    This document, Wage Determination No. 2015-5647 Revision No. 25, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Santa Barbara County, California, for 2025. It details compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates. The document lists specific hourly wage rates for various occupations across numerous categories, including administrative, automotive, food service, healthcare, and technical roles. It also specifies fringe benefits such as health and welfare, vacation, and paid holidays. Additionally, it provides guidelines for hazardous pay differentials, uniform allowances, and the process for conforming unlisted job classifications and wage rates.
    The USDA Forest Service's Past Performance Questionnaire, referenced in FSH 6309.31 and 41 USC 1, is a crucial document for assessing contractor capabilities. This questionnaire requires prospective contractors to provide detailed information about their business, including years of experience as prime or sub-contractors, and a list of projects completed within the last three years. It also asks if they have ever failed to complete any awarded work. The form helps the Forest Service verify a contractor's ability to perform projects, such as the Los Padres National Forest Toilet Pumping Services (127EAT26Q0009). All statements must be certified as complete and correct by an authorized official, ensuring accountability and transparency in federal contracting.
    The Bureau of Land Management is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest. This is a firm-fixed-price, small business set-aside contract for a one-year base period and four one-year options, not exceeding five years. Services include pumping CXT vault toilets, removing all contents, and proper disposal. Contractors must be capable of operating in 4WD conditions on winding dirt roads, potentially with no cell service and seasonal closures. Offers are due by December 17, 2025, 12:00 PM PST, via email to Erin.Scott-james@usda.gov, with separate technical and price proposals. Award will be based on the Lowest Price Technically Acceptable (LPTA) method, evaluating past performance and price. Contractors must provide pricing for all items and have an active SAM registration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Buyer not available
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Los Angeles Portable Restroom Trailers and Maintenance Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking proposals for the provision of portable restroom trailers and maintenance services in Los Angeles, California. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the NAICS code 562991 for Septic Tank and Related Services. The services are critical for maintaining hygiene and sanitation standards at border enforcement facilities, thereby supporting the operational needs of the agency. Interested vendors should reach out to Jonnae Simmons at jonnae.y.simmons@cbp.dhs.gov for further details regarding the solicitation process.
    Campground Renovation Supplies (Plumbing, Lumber)
    Buyer not available
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Almanor Ranger District Janitorial
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Almanor Ranger District offices located in Chester, California. The contract encompasses approximately 12,810 square feet across five buildings, requiring services three days a week, including specific tasks for restrooms, offices, and common areas, with a focus on environmentally friendly cleaning practices. This firm-fixed-price contract includes a base year from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by December 29, 2025, at 5:00 PM PST. Interested contractors must submit their quotes via email to Mary.Bosch@usda.gov, ensuring compliance with SAM registration and relevant wage determinations.
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.