USFS California State Regional Vault Toilet and Septic Pumping IDIQ
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, Pacific Southwest Region (Region 5), intends to issue a Request for Proposals (RFP) for a Multiple-Award Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Regional Vault Toilet and Septic Pumping Services across California National Forests. This presolicitation notice provides updated draft documents for industry planning. The final RFP is anticipated to be posted on or about April 23, 2026, with proposals due by May 8, 2026.
Scope of Work
The requirement includes vault toilet pumping, septic tank pumping, servicing USFS-owned portable toilet facilities, waste hauling and disposal, and cleaning/inspection services. These services will be performed at recreation and administrative sites throughout Region 5, covering eight geographic zones. Task orders will encompass recurring, as-needed, and emergency response services, supporting high-visibility recreation sites, remote districts, and winter-access areas. Contractors must provide all necessary equipment, supplies, labor, and supervision, adhering to hygienic and environmental standards.
Contract Details & Timeline
This will be a Multiple-Award Firm-Fixed-Price IDIQ contract with a base year and four option years, for a total duration not exceeding five years and six months. The combined ordering ceiling across all awards is $9,000,000. The NAICS code is 562991 – Septic Tank and Related Services, with a small business size standard of $9M.
- Anticipated RFP Posting: April 23, 2026
- Proposals Due: May 8, 2026, 2359 PST
- Anticipated Award Date: May 22, 2026 Seed task orders are intended to be issued promptly after award to avoid delays at the start of the summer recreation season.
Set-Aside & Eligibility
This opportunity is conducted under Full and Open Competition. The Government intends to make multiple awards to a mix of large and small businesses to ensure reliable coverage across remote and difficult-to-access service areas. Individual task orders may be set aside for small business concerns (including 8(a), HUBZone, SDVOSB, WOSB/EDWOSB). Offerors must have an active SAM.gov registration.
Evaluation Criteria
Proposals will be evaluated based on factors including Responsiveness, Technical Approach, Past Performance and Experience, Price, Representations & Certifications, and Bio-Based Statement. Awards will be made to offerors whose proposals represent the best overall value, considering a comparative analysis.
Key Documents & Instructions
Draft documents, including the Performance Work Statement (PWS), Schedule of Items (SOI), Maps, and Geographic Locations, are currently available for industry planning. These drafts have been updated as recently as April 25, 2026. Offerors should review the final RFP for definitive terms, instructions, evaluation criteria, and CLIN structure. Formal questions should be submitted in writing to the contacts below; the final RFP will specify the Q&A cutoff. No additional industry meetings are planned.
Points of Contact
- Klenise Wallace: klenise.wallace@usda.gov (Contracting Officer)
- Victor Aguirre-Orozzco: victor.aguirreorozco@usda.gov (Contracting Officer’s Representative)