S--Septic Service Contract, Point Reyes NS
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 (NPS), an agency of the Department of the Interior, is soliciting proposals for a Septic Service Contract at Point Reyes National Seashore in Marin County, CA. This requirement is for comprehensive wastewater pumping services. This is a Total Small Business Set-Aside opportunity. Quotations are due by Tuesday, April 14, 2026, at 1400 Pacific Daylight Time (PD).
Scope of Work
The contractor will provide all supervision, labor, equipment, testing, and supplies for septic tank and vault toilet pumping services across various locations within Point Reyes National Seashore. The scope includes:
- Routine wastewater pumping, estimated at 120,000 gallons annually across approximately 78 trips.
- Weekly pumping and servicing of one park-owned portable toilet.
- Emergency pumping services (3,500 Gallon capacity).
- Potential rental of portable toilets (Standard, ADA) and hand wash stations, with weekly servicing.
- Extra cleaning services, delivery, and pick-up fees as needed. Services are on-call, requiring a 48-hour minimum response time for routine requests and 24 hours for emergencies. The contractor is responsible for proper waste disposal at State/County permitted sites, spill cleanup, and maintaining a Septic Pumping and Disposal Log. Vehicles and equipment must be leak-free and free of non-native vegetative material.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Purchase Order (Solicitation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562991, with a size standard of $9 million.
- Period of Performance: A base year from April 21, 2026, to April 20, 2027, with four (4) anticipated option years, extending the potential contract duration through April 20, 2031.
- Proposal Due: Tuesday, April 14, 2026, at 1400 PD.
- Published Date: April 8, 2026.
Submission Requirements
Quotations must be submitted via email to brenda_lewis@ios.doi.gov. Offerors must utilize the Revised Quote Sheet (Attachment 1b), which details all Contract Line Item Numbers (CLINs) for both base and option years. Pricing must be provided for all line items. Other required submissions include the Technical Information Form (Attachment 5), Offeror Representations and Certifications (Attachment 4), and adherence to the provided Wage Determination for Marin County. A one-page narrative describing the technical approach is also required.
Evaluation Criteria
Proposals will be evaluated using simplified acquisition procedures, considering price, technical acceptability, technical approach, relevant experience, and past performance. Award will be made to the responsible offeror whose quotation is most advantageous to the government.
Additional Notes
Offerors are encouraged to attend a site visit. Electronic invoicing via the U.S. Department of the Treasury's Invoice Processing Platform (IPP) is mandatory. For general inquiries, contact Elizabeth Chico at Elizabeth_Chico@nps.gov or 530-595-6113.