New Hogan Septic Service
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 Department of the Army, US Army Corps of Engineers (USACE) Sacramento District, is soliciting proposals for New Hogan Septic Service at New Hogan Lake, Valley Springs, CA. This Firm Fixed-Price contract requires comprehensive septic pumping and recharge services for various facilities. The acquisition is UNRESTRICTED. Offers are due April 7, 2026, at 11:00 AM PST.
Scope of Work
The contractor will provide septic pumping and recharge services at New Hogan Dam and Lake, including Fiddleneck Day Use Area, Slate Cove Recreation Area, Acorn Campground, Oak Knoll Campground, Bear Creek, Whiskey Creek, Monte Vista, Coyote Point, and Deer Flat. Services encompass:
- Pumping and recharging Portable Chemical Toilets (PCTs), RV dump stations, Campground Host RV holding tanks, vault toilets, lift stations, and septic tanks.
- Floating chemical toilet pump dry and recharge services.
- Services will be performed on a "will call" basis (within 24 hours of request) or a scheduled basis (e.g., weekly, bi-weekly).
- Disposal of waste materials must comply with federal, state, and county sanitation regulations.
Contract Details
- Solicitation Number: W9123826QA006
- Contract Type: Firm Fixed Price
- Set-Aside: UNRESTRICTED
- NAICS Code: 562991 (Waste Treatment And Storage) with a size standard of $9 million.
- Period of Performance: Base year and four (4) option years, with specific line items extending from June 1, 2026, through February 28, 2031, and further options.
- Work Hours: Monday through Friday, 8:00 a.m. - 4:30 p.m., unless otherwise approved.
- FAR Clauses: Incorporates 52.212-1, 52.212-3, and 52.212-5 by reference.
Submission & Evaluation
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors:
- Technical: County Registration
- Technical: Subcontractor Commitment Letter (if applicable)
- Experience: 3-5 contract examples
- Price
Key Dates & Contacts
- Offer Due Date: April 7, 2026, 11:00 AM PST.
- Questions Due Date: April 7, 2026, 11:00 PM PST. All questions must be submitted in writing via email to the POCs.
- Primary Contact: La Chad Jefferson, lachad.c.jefferson@usace.army.mil, 916-557-5236.
- Secondary Contact: Raymond R. Greenheck, raymond.r.greenheck@usace.army.mil, 916-557-7929.
Additional Notes
A pre-work meeting is required at least 15 days prior to work commencement, requiring a valid California Driver's License and proof of General Liability, Automobile Liability, and Worker's Compensation Insurance. Contractors are responsible for Government property damage, equipment malfunction, and sewage spills, and must adhere to OSHA and Corps of Engineers safety standards. All personnel must comply with DoD and Army security training requirements, including Antiterrorism (AT) Level 1 Training and E-Verify. Bidders must also review Wage Determination No. 2015-5665, Revision No. 29, dated December 3, 2025, to ensure compliance with minimum wage and fringe benefit rates for federal service contracts in Calaveras and Tuolumne counties, CA.