Yakima County Liberty Canyon Outhouse Pumping, BLM
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 Bureau of Land Management (BLM), Oregon State Office, is soliciting proposals for a Firm Fixed Price Commercial Services Contract for outhouse pumping services in Yakima County, Washington. This Total Small Business Set-Aside opportunity covers the pumping of vault toilet holding tanks at various recreation sites within the BLM Spokane District. Proposals are due March 21, 2026.
Scope of Work
The contractor will be responsible for pumping vault toilet holding tanks at individual recreation sites within the Wenatchee Field Office area, Yakima River Canyon recreation sites, and Liberty Williams Campground in Washington State. Key requirements include the removal and disposal of all waste at a licensed facility, ensuring vaults are pumped dry (less than one inch of waste remaining), removing trash from vaults, preventing spillage, refilling vaults with 150 gallons of clean water, and submitting mobile waste hauler manifests. The contractor must be a licensed septage pumper/hauler and adhere to all local, state, and federal regulations.
Contract & Timeline
- Type: Firm Fixed Price Commercial Services Contract
- Duration: One (1) year base period (May 1, 2026 - April 30, 2027) plus four (4) one-year options.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 562991 (Waste Treatment And Storage), Size Standard: $14 Million
- Response Due: March 21, 2026
- Published: March 13, 2026
Submission & Evaluation
Quotations must be submitted electronically via email to matthew_duane@ios.doi.gov. Submissions should be in two parts: a non-price section and a price section. Evaluation will consider Past Performance and Price. Offerors must provide past performance information for three projects completed as a Prime Contractor within the last three to six years, including final performance ratings and reference information. Award will be made to the responsible firm whose quote is most advantageous to the Government, considering price and other factors.
Contact Information
- Primary Contact: Matthew Duane
- Email: matthew_duane@ios.doi.gov
- Phone: 503-808-6317