S--VAULT AND PORTABLE TOILET SERVICE
ID: 140P8625Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, 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 Department of the Interior's National Park Service is seeking proposals for portable and vault toilet services within the Marin County areas of the Golden Gate National Recreation Area. The contract requires the contractor to provide both scheduled and on-call services, ensuring compliance with ADA standards, for a base period of one year with four optional extensions. This procurement is crucial for maintaining high standards of cleanliness and accessibility for park visitors, with specific responsibilities including timely pumping, cleaning, and inspections of units, as well as adherence to OSHA safety regulations. Interested vendors must submit their quotes by February 26, 2025, and are encouraged to attend a mandatory site visit on February 7, 2025. For further inquiries, contact Patty Payne at Patty_Payne@nps.gov or call 559-730-6435.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Portable Toilet and Vault Toilet Services contract for the Golden Gate National Recreation Area in Marin County. Covering multiple years from March 15, 2025, to March 14, 2030, it details the cost structure for vault toilet pumping, portable toilet rentals, cleaning, and sink rentals across various locations within the park. The document specifies the number of required pumpings, ADA compliant rental quantities, cleaning frequencies, and associated costs, providing a comprehensive breakdown for each contract year. Additionally, it identifies annual events requiring additional rentals along with estimated service needs. The overall purpose is to solicit proposals for providing necessary sanitation services while maintaining regulatory compliance and ensuring visitor safety and accessibility in the national recreation area. It emphasizes cost management and operational efficiency throughout the contract term, demonstrating the commitment to maintaining the recreational area's infrastructure for public use.
    The United States Department of the Interior's National Park Service is issuing a Request for Proposal (RFP) for a contract providing portable and vault toilet services in the Marin County areas of the Golden Gate National Recreation Area. This contract entails both scheduled and on-call services, compliant with ADA standards, for NPS-owned units and rented facilities for a base period of one year with four optional extensions. Key responsibilities of the contractor include timely pumping and cleaning of units, monthly inspections for ADA compliance, and immediate repair or replacement of damaged units. The contract specifies strict conditions for performance deficiencies, with penalties for delays, incomplete services, or failure to meet cleanliness and maintenance standards. Additionally, the contractor must adhere to OSHA safety regulations and provide properly identified personnel during service hours. The document includes detailed operational logistics, such as specific locations and the number of services required, totaling 123 vault pumpings and 988 portable services within a year, alongside special considerations for annual events. This RFP underscores the NPS's commitment to maintaining high standards of cleanliness and accessibility for park visitors.
    The document appears to contain fragmented and garbled data, making it difficult to extract concrete themes or coherent points. However, it seems to pertain to federal and state grant processes and requests for proposals (RFPs) focused on various projects. The content may involve specifications for bidding, funding opportunities, or requirements that contracting organizations must meet when applying for government grants or responding to RFPs. Key elements typically found in such documents include guidelines for submission, criteria for evaluation, funding amounts, and relevant timelines. The structure likely includes instructions for prospective bidders and potential funding applicants, emphasizing compliance with federal standards and local regulations. Due to the disorganized nature of the text, it underscores the importance of clarity and accessibility in government documentation. Enhanced readability and structuring are crucial to ensure stakeholders can effectively engage with grant opportunities and RFPs, facilitating the successful execution of funded projects.
    The Experience and Past Performance Form is a crucial document for bidders responding to government Requests for Quotations (RFQs). It requires detailed disclosures about a firm's relevant past projects that demonstrate their capability to undertake the work outlined in the RFQ. The form is divided into three main sections: 1. **Financial Data** - This includes the company's asset and liability information, helping assess financial stability. 2. **Existing Commitments** - Bidders must list contracts currently in progress, including pertinent details such as contract number, amounts, agency contact information, and a description of work. 3. **Past Performance & Relevant Experience** - This section requires bidders to provide details on past contracts, including specific experiences related to the project at hand, and to identify the largest contract within the past three years. If a bidder lacks relevant experience, they must explicitly state this to receive a neutral rating. This form aims to foster transparency and informed decision-making in the procurement process, ensuring that only qualified contractors are selected for federal and state/local projects.
    The United States Department of the Interior through the National Park Service (NPS) is seeking a contractor for Portable and Vault Toilet Services at the Golden Gate National Recreation Area in Marin County. The contract spans a base year from March 15, 2025, to March 14, 2026, with four additional one-year options. Contractors are responsible for providing compliant rental services for both standard and ADA chemical toilets, as well as vault toilet pumping on a scheduled and on-call basis. Key duties include monthly cleaning and maintenance of ADA-compliant units, with strict timelines for service requests and penalties for non-compliance. Contractors must manage damages, graffiti removal, and adhere to OSHA safety standards. An extensive list details the number and expected pumpings of vault and portable units at various locations within the park. Regular and annual events require distinct management of portable sinks and toilets, emphasizing the need for adequate service frequency. Overall, this document outlines specific service requirements, responsibilities, and standards necessary for maintaining sanitation within the national park, reflecting the agency's commitment to safety and accessibility for all visitors.
    The document outlines a contract proposal for the provision of portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, spanning from March 15, 2025, to March 14, 2026, and including optional years up to March 14, 2030. The contract details the estimated costs for vault toilet pumping, portable toilet rentals, cleaning services, and sink rentals at various locations, such as Battery Spencer, Muir Beach, and Fort Baker Pier. Key components include the total number of pumpings expected at each vault toilet, the costs per service, and the frequency of cleaning for portable toilets. The document further outlines annual rental costs associated with significant events like the Fourth of July and Fleet Week. Each section of the contract specifies location-based requirements and projected service frequencies, ultimately aiming to ensure adequate sanitation facilities for visitors to the parks. The overarching purpose of this document is to solicit proposals from contractors to fulfill these sanitation needs while focusing on service frequency, accessibility for individuals with disabilities, and adherence to safety and health regulations. These services are essential to maintaining public health standards within federally managed recreational areas.
    This document constitutes Amendment 001 to the solicitation 140P8625Q0007 issued by the National Park Service (NPS) for portable and vault toilet services within Marin County, California. The amendment primarily addresses vendor inquiries concerning the vault toilets, specifically their capacity and site locations. The vault toilets have a capacity of 1,000 gallons, and instead of physical addresses, geographical coordinates for multiple service locations are provided, including sites like Battery Spencer, Kirby Cove Campground, and Tennessee Valley Beach. The amendment emphasizes the necessity for contractors to acknowledge receipt of this amendment by specific methods to ensure their offers are not rejected. It includes contact information for the Contracting Officer, Patty Payne, and the Contracting Officer's Representative, Creighton Geigle, illustrating the document's administrative aspect. Overall, this amendment serves to clarify and update critical specifications relevant to the bidding process for prospective contractors engaged with the NPS.
    This document is an amendment to solicitation number 140P8625Q0007, issued by the National Park Service for portable and vault toilet services in Marin County, California. The amendment updates information regarding the specifications and locations of toilet units, highlighting various sites such as the Marin Headlands, Kirby Cove Campground, and several other locations in the Golden Gate National Recreation Area. Each site includes geographical coordinates and details about the type and capacity of the toilet units required. The amendment stresses the importance of acknowledging receipt before the submission deadline and outlines the process for changing any previously submitted offers. The contracting officer is Patty Payne, with her contact details provided, ensuring clarity in communication regarding this notice. The purpose of this amendment is to refine the contractual terms and facilitate the procurement of essential sanitation services for these recreational areas.
    The document outlines Amendment 003 to solicitation number 140P8625Q0007 for portable and vault toilet services at the Golden Gate National Recreation Area in Marin County, California. This amendment provides responses to vendor inquiries regarding service frequency and clarifications on the pricing schedule. Key questions address the correct pumping frequency for the Smith Road/Gerbode Parking Area, cleaning frequency for ADA units at Nike Site, and adjustments needed for service quantity calculations. The amendment emphasizes that all responses and clarifications should be received by the specified date to avoid rejection of offers. The National Park Service confirms that the terms and conditions of the solicitation remain unchanged aside from amendments detailed in the document. Contact information for the contracting officer and the contract officer representative is provided for further inquiries.
    The National Park Service is soliciting proposals for portable and vault toilet services within Marin County, California, outlined in Request for Quotation (RFQ) 140P8625Q0007. This acquisition is designated as a 100% small business set-aside, under the North American Industry Classification System (NAICS) code 562991. The contract will cover a base year period from March 15, 2025, to March 14, 2026, with options for three additional years. The bidding vendor must provide all necessary labor, materials, and transportation for service completion as detailed in the Performance Work Statement. Quotes are due by February 26, 2025, at noon Pacific Time, with questions directed to Patty Payne at the National Park Service. Selection will be based on a best-value evaluation of price, relevant experience, past performance, and consideration of option prices. The solicitation emphasizes compliance with federal regulations, including those surrounding small business participation and sustainable practices. A mandatory site visit will occur on February 7, 2025, where potential contractors must register in advance. The contract, which spans up to five years, aims to ensure effective waste management services in line with national park standards and environmental considerations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    M--CF - Canyon Ferry Vault Toilet and Sewage Pumping
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is soliciting proposals for the Canyon Ferry Vault Toilet and Sewage Pumping services, designated under Solicitation No. 140R6025Q0011. The contract requires the contractor to provide sewage vault and toilet pumping services across 19 locations within the Canyon Ferry Recreation Area, with a total of 80 pumping instances annually, ensuring compliance with federal sanitation regulations. This service is crucial for maintaining public health and safety at recreational facilities, with a total budget of $77,500 per year for the contract period from April 1, 2025, to March 31, 2026, and options for extensions through March 31, 2029. Interested contractors should contact Michael Hirsch at mhirsch@usbr.gov or call 970-744-2908 for further details, and must submit their proposals by the deadline of February 10, 2025.
    J--MAINTENANCE OF SEWER LIFT PUMP WET WELLS at the Ma
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide maintenance services for sewer lift pump wet wells at the Maritime Museum Building within the San Francisco Maritime National Historical Park. The project involves servicing four historical lift stations, including vacuuming, cleaning, and inspecting the wet wells, while ensuring minimal disruption to park visitors and compliance with safety regulations, including OSHA standards. This maintenance is crucial for preserving the operational integrity of essential infrastructure within a federally managed historical site. Interested contractors must submit their quotations by February 14, 2025, following a mandatory site visit on February 10, 2025, and can direct inquiries to Michael Gabriel at MichaelGabriel@nps.gov or by phone at 415-561-4790.
    W--Vault Toilet Pumping, North Vale, Oregon
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for vault toilet pumping services in North Vale, Oregon, under solicitation number 140L4325Q0010. The contract, which is set to commence on April 1, 2025, and run through March 31, 2026, includes options for four additional years and requires the contractor to manage all labor, materials, and transportation necessary for the pumping services at designated sites. This procurement is vital for maintaining sanitation and public health at recreational areas, ensuring compliance with environmental regulations, and enhancing visitor experiences in the region. Interested contractors, particularly small businesses within the NAICS code 562991, must submit their proposals, including the Offeror Representations and Certifications form, by the specified deadline. For further inquiries, Benjamin Becker can be contacted at babecker@blm.gov or by phone at 503-808-6545.
    CHIS - ISLAND SEPTIC PUMPING & DISPOSAL
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide septic tank and vault toilet pumping and disposal services at Channel Islands National Park, specifically on Santa Cruz Island in Ventura County, California. The contract will encompass a firm-fixed-price agreement for a base year with four optional renewal years, requiring pumping services 5 to 8 times annually, with an estimated removal of 18,000 to 28,800 gallons of waste per service. This procurement is critical for maintaining the operational integrity and environmental compliance of the park's facilities, ensuring effective waste management while protecting the unique ecosystem of the island. Interested contractors should submit their quotes by the specified deadline and may contact Jack Northcutt at JackNorthcutt@nps.gov for further information.
    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.
    W--Vault Toilet Pumping, South Vale Oregon
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's Oregon State Office, is soliciting proposals for a firm fixed-price service contract for vault toilet pumping services in South Vale, Oregon. The contract encompasses transportation, labor, materials, and incidentals necessary for vault pumping at multiple recreation sites over a five-year period, from April 1, 2025, to March 31, 2030, including a base year and four option years. This initiative is crucial for maintaining sanitation infrastructure at recreational facilities, ensuring public health and environmental safety. Interested small businesses under the NAICS code 562991, with a size standard of $9 million, must submit their proposals electronically by the specified due dates, and can contact Benjamin Becker at babecker@blm.gov or 503-808-6545 for further information.
    S--BADL Biowaste Vault Pumping Service
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the Badlands National Park Biowaste Vault Pumping Service, aimed at maintaining sanitation facilities within the park. The contract involves providing septic pumping services for 13 vault toilets, with a service frequency of every three weeks over three ordering periods from April 1, 2025, to March 31, 2028. This initiative is crucial for ensuring effective waste management and environmental protection, supporting the park's infrastructure and visitor experience. Interested small businesses must submit their quotes and complete an experience questionnaire by the specified deadlines, with further inquiries directed to Nathan Ziegler at nathanziegler@nps.gov or 605-574-0480.
    SOLID WASTE REMOVAL AND DISPOSAL
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for solid waste removal and disposal services at Everglades National Park. The procurement aims to secure a firm-fixed-price contract for a base period of 12 months, with four optional one-year extensions, focusing on maintaining sanitary conditions and protecting wildlife, particularly from food-conditioning behaviors. This contract is crucial for effective waste management and environmental conservation within the park, ensuring compliance with local, state, and federal regulations. Interested vendors must submit their quotes by February 14, 2025, following a mandatory site visit on February 7, 2025, and can contact Noelli Medina at NoelliMedina@nps.gov for further inquiries.
    Craters of the Moon NP: Rehab Restroom
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Visitor Center of Craters of the Moon National Preserve. The project aims to enhance accessibility and functionality by installing compliant fixtures and features, adhering to federal accessibility standards, including the Americans with Disabilities Act (ADA). This renovation is crucial for improving visitor experience and ensuring safety within the facility. Proposals are due by the specified deadline, with a site visit scheduled for February 18, 2025, and the anticipated award date set for April 14, 2025. Interested contractors should direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov.
    SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotes for a Blanket Purchase Agreement (BPA) for septic pumping services at the St. Croix National Scenic Riverway in Wisconsin. The procurement aims to ensure the sanitary disposal of waste from various septic facilities over a five-year period, from May 1, 2025, to April 30, 2030, with a total budget not exceeding $45,000. This service is crucial for maintaining environmental standards and visitor safety in national scenic areas, emphasizing the importance of efficient waste management. Interested small businesses must submit their quotes by February 13, 2025, to Adam Kircher at adamkircher@nps.gov, and comply with all relevant federal regulations and requirements outlined in the solicitation documents.