Angeles National Forest Toilet Pumping
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service, specifically the Angeles National Forest, is soliciting quotations for toilet pumping services across multiple locations in Los Angeles and San Bernardino Counties, California. This is a Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ), with proposals due by January 28, 2026. The contract will be awarded for a base year plus four option years, potentially spanning up to five years.
Scope of Work
The selected contractor will be responsible for furnishing all equipment, supplies, labor, and supervision necessary to pump, wash down, inspect, clean, and disinfect toilet buildings (interiors and exteriors). This includes legally hauling and disposing of effluents at an approved wastewater treatment facility and debris in accordance with State and Federal regulations. Services are required across five distinct service areas: San Gabriel Canyon/Mt. Baldy, Wrightwood/Vaylermo, Angeles Crest/Front Country, Tujunga/Pacoima, and Saugus. Access to sites may involve paved, chip-sealed, gravel, and dirt roads. Service needs are highest from May through October, with potential for 2-3 trips per week, though orders may be placed year-round.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ), Firm Fixed-Price contract.
- Duration: Base year (02/16/2026 – 02/15/2027) plus four (4) one-year option periods, for a total potential of up to 5 years.
- Set-Aside: Total Small Business Set-Aside (NAICS 562991, size standard $9 million).
- Response Due: January 28, 2026, 01:00 AM PST.
- Published Date: January 9, 2026.
- Questions Deadline: January 23, 2026, 6:00 AM Pacific Time.
Evaluation
Award will be made to the responsible source offering the Lowest Price Technically Acceptable. Evaluation will consider the offeror's ability to meet requirements, thorough understanding of the Statement of Work (SOW), and past performance (acceptable, neutral, or unacceptable). Offerors must provide pricing for the base period, all option periods, and potential extensions; failure to price all items may result in disqualification.
Key Attachments & Requirements
- Statement of Work (Attachment 2): Details specific tasks, personnel certification requirements (wastewater handling), reporting obligations, and site access rules.
- Schedule of Items (Attachment 3): Provides estimated service trips and pricing structure for various truck sizes across the five service areas, crucial for pricing proposals.
- Service Area Maps (Attachment 4): Visualizes the geographical scope and estimated service volume per area.
- Wage Determinations (Attachments 5 & 6): Specifies minimum wage rates and fringe benefits for Los Angeles and Riverside/San Bernardino Counties under the Service Contract Act, which bidders must incorporate into their labor costs.
Contact Information
For questions, contact Megan Allaire at megan.allaire@usda.gov.