Regional Vault and Septic Pumping Blanket Purchase Agreement
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: May 16, 2023 02:38 am PDT
- Original Published Date: Jul 20, 2022 09:49 am PDT
- Updated Date Offers Due: May 25, 2023 02:00 pm PDT
- Original Date Offers Due: Jul 29, 2022 11:00 am PDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jun 09, 2023
- Original Inactive Date: Aug 13, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
- NAICS Code:
- 562991 - Septic Tank and Related Services
- Place of Performance: CAUSA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06.
(iv) This procurement is set aside for Total Small Business. The NAICS code is 562991 and the Small Business Size Standard is $8 Million.
The purpose of this Blanket Purchase Agreement is for the delivery of services and equipment to national forest recreation sites with the U.S. Forest Service Pacific Southwest Region (California) that may include either as needed services and/or recurring services based on seasonal or emergency needs. Services include pumping out precast concrete vaults and septic tanks, visual inspections and documentation of basic vault toilet buildings, cleaning interior and exterior areas of vault toilet buildings, stocking toilet paper, and servicing portable toilets.
The Contractor shall furnish all equipment, supplies, water, chemicals, incidentals, transportation, labor, and supervision necessary to pump, wash down, inspect, clean, and disinfect toilet buildings (interiors and exteriors), and legally haul and dispose of effluents at an approved wastewater treatment facility and debris in accordance with State and Federal regulations and the contract specifications contained herein. Sites are accessible by a variety of road types including paved, chip-sealed, gravel and dirt. The majority of services are expected to be ordered during warm seasoned months. There may be times or locations that require services be provided in wintry conditions. The Contractor will have service vehicles that can travel on snow and/or ice-covered roads, as periodically needed. Tire chains may also be needed and/or required by California Highway Patrol during these periods.
Operation of toilet pumping equipment shall be in a safe and sanitary manner to ensure the safety of the public in campgrounds, trailheads, staging areas, rental sites or while traveling from site to site. Work shall be done in a manner that does not damage roads or entrances to campgrounds, staging areas, rental toilet sites, toilet buildings or residual trees or vegetation adjacent to or near the toilet locations. All applicants must be certified to handle and dispose of wastewater per State regulation.
PROSPECTIVE OFFERS: You are hereby invited to submit a quotation in response to this Request for Quote. If you are interested in this acquisition, you may participate by submitting your response in accordance with FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services and FAR 52.212-2, Evaluation – Commercial Products and Commercial Services. **Please see attached Offer Submission Package - May 2023 for specific submission requirements.**
Questions or clarifications may be directed to any of the following contacts:
Tiffany Paige Hurt at tiffany.hurt@usda.gov or 707-562-9205
Cree Prevost at cree.prevost@usda.gov or 707-562-8897
**Amendment A0002 is to conduct an on-ramp for new quotations, the response due date is May 25, 2023 at 2 pm Pacific**
**Amendment A0001 extends the response due date to Monday, August 8, 2022, no later than 2:00 PM.**
Attachments/Links
Contact Information
Contracting Office Address
- PACIFIC SOUTHWEST REGION MARE ISLAND 1323 CLUB DRIVE
- VALLEJO , CA 94592
- USA
Primary Point of Contact
- T. Paige Hurt
- tiffany.hurt@usda.gov
- Phone Number 7075629205
Secondary Point of Contact
- Cree M. Prevost
- cree.prevost@usda.gov
- Phone Number 7075628897
History
- Jun 09, 2023 08:59 pm PDTCombined Synopsis/Solicitation (Updated)
- May 16, 2023 02:22 am PDTCombined Synopsis/Solicitation (Updated)
- Sep 03, 2022 08:55 pm PDTCombined Synopsis/Solicitation (Updated)
- Aug 17, 2022 01:50 pm PDTCombined Synopsis/Solicitation (Updated)
- Aug 12, 2022 10:59 am PDTCombined Synopsis/Solicitation (Updated)
- Aug 05, 2022 12:27 pm PDTCombined Synopsis/Solicitation (Updated)
- Jul 27, 2022 08:04 pm PDTCombined Synopsis/Solicitation (Updated)
- Jul 20, 2022 11:48 am PDTCombined Synopsis/Solicitation (Updated)
- Jul 20, 2022 09:49 am PDTCombined Synopsis/Solicitation (Original)