Polymers and Alum for Yosemite National Park
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 National Park Service, Yosemite National Park, is soliciting quotes for the supply and delivery of polymers and aluminum sulfate for water and wastewater treatment facilities. This is a Combined Synopsis/Solicitation (RFQ 140P8526Q0043) for a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Quotes are due June 8, 2026, by 5:00 PM PT.
Scope of Work
The requirement is for various types of Poly-Aluminum Chloride (PAC) Polymer and Liquid Aluminum Sulfate (Alum). These chemicals are essential for improving plant operation and reducing costs at two primary locations within Yosemite National Park:
- El Portal Wastewater Treatment Plant (EPWWTP): Requires liquid PAC polymer for tertiary treatment, dry anionic polymer for secondary clarifier, liquid polymer for centrifuge anaerobic digester solids, and liquid aluminum sulfate for secondary treatment. Specific performance metrics (e.g., turbidity, phosphorus levels, solids discharge) and NSF 60/61 approvals are required.
- Wawona District (Wastewater and Potable Water Plants): Requires liquid PAC polymer for both wastewater and potable water treatment, with specific turbidity and phosphorus reduction targets, and NSF 60/61 approval. Delivery methods include 275-gallon totes, 50-pound bags, and bulk deliveries up to 4,500 gallons. All materials will be awarded to one vendor for both facility locations.
Contract Details
- Contract Type: Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price delivery/task orders.
- Period of Performance: One base year (July 1, 2026 - June 30, 2027) and four one-year option periods, extending the total contract duration up to five years (through June 30, 2031).
- Estimated Value: Minimum guarantee of $10,000.00; Maximum not to exceed $1,300,000.00 over the full term.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 325180 (Chemical Manufacturing) with a 1,000-employee size standard.
Submission & Evaluation
Offerors must submit quotes via email. Required submission items include a completed solicitation page, signed SF 1449, signed amendments, completed provisions, a completed Quote/Price Schedule (Attachment 02), and three recent past performance references (within three years, similar scope/complexity, with contact information and brief descriptions). Contractor Core Data (Name, Address, UEI, POC, Phone/Email) is also required. The government intends to award a single firm fixed price contract based on Best Value, considering Price and Past Performance. Vendors may be required to provide polymer samples for jar testing, followed by submission of chemical makeup results and cost per 1,000 gallons treated within 72 hours. Full-scale treatability runs may be requested.
Key Dates & Contacts
- Questions Due: May 20, 2026, by 5:00 PM Pacific Time.
- Quotes Due: June 8, 2026, by 5:00 PM Pacific Time.
- Submission Email: charlene_flanagan@ios.doi.gov
- Primary Contact: Timothy Modjeski, Timothy_Modjeski@ios.doi.gov, 303-819-9916.
- Anticipated Award: No later than July 1, 2026.
- Notes: Offerors must be registered in the System for Award Management (SAM). Delivery during winter months may require chains on vehicles, and a 45-foot vehicle length restriction applies on CA Route 140.