Assateague Island National Seashore - REPLACE SEPT
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 Interior, National Park Service, is soliciting proposals for a Firm-Fixed-Price Purchase Order to replace the septage receiving station at Assateague Island National Seashore in Berlin, MD. This opportunity is a Total Small Business Set-Aside (FAR 19.5). The project involves removing the existing station, site preparation, procurement, installation, and a one-year maintenance contract for a new cylindrical bar screen septage receiving station. Quotes are due by April 30, 2026, at 12:00 PM ET.
Scope of Work
- Removal of the existing septage receiving station.
- Site preparation, including grading, plumbing, and electrical work.
- Procurement and full installation of a pre-packaged/pre-engineered cylindrical bar screen septage receiving station, including startup and training.
- Optional installation of approximately 85 feet of Schedule 80 PVC pipe with a shutoff ball valve and frost-free spigot.
- Provision of a one-year maintenance contract for the installed unit.
Performance Standards
The new station must be manufacturer-categorized as a septage receiving station, feature key components made of AISI Type 304 Stainless Steel (USA fabricated), have a hydraulic capacity of 300 gal/min or greater, a minimum 3'W x 6'L x 3'H receiving tank with 10-gauge stainless steel, 1/4 inch bar spacing, and a cleaning cycle time not exceeding 7 seconds. It must also include fail-safe flood protection, mercury-free float switches, and a NEMA 4X main control panel.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Purchase Order.
- Period of Performance: Anticipated June 1, 2026, through November 30, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Quotes Due: April 30, 2026, 12:00 PM ET.
- Published Date: April 9, 2026.
- Pre-bid Site Visit: April 16, 2026, 10:00 AM - 11:00 AM ET at 7206 National Seashore Lane, Berlin, MD 21811.
- Questions Due: April 23, 2026, 10:00 AM ET.
Evaluation
Award will be made to the lowest-priced, responsible offeror whose offer is technically acceptable. Evaluation factors include:
- Technical Capability Sub-factor 1: Manufacturer specifications/data sheets for the septage receiving station, demonstrating compliance with specifications.
- Technical Capability Sub-factor 2: Submission of 3-5 examples of similar projects completed within the past 10 years, including project details and owner contact information.
- Pricing: Quotes must include prices for both the base CLIN (00010) and the optional CLIN (00020).
Special Requirements & Notes
Contractors must have a minimum of 5 years of verifiable experience, provide a comprehensive site-specific safety plan, comply with OSHA standards, and offer a one-year warranty. Required submittals include superintendent designation, resumes, SAM registration, contractor's license, certificate of insurance, material submittal, SF 1413 for subcontractors, Schedule of Values, Installation Schedule, and daily work logs with pictures. The Service Contract Act (SCA) Wage Determination 2015-5871 Rev 3 for Worcester County, MD, applies. Offerors must submit a completed FAR 52.212-3, Offeror Representations and Certifications. Payment will be processed via the U.S. Department of the Treasury's IPP. Contact Samuel McKenzie at samuel_mckenzie@nps.gov for inquiries.