KERN RIVER VALLEY RESTROOM SERVICE
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), California State Office, is soliciting proposals for KERN RIVER VALLEY RESTROOM SERVICE. This is a Total Small Business Set-Aside for pumping and cleaning services for vault and portable toilets in the Kern River Valley region, including the Keysville Special Recreation Management Area (SRMA) and Southern Sierra Recreation Sites. The contract will be a Firm Fixed Price type, with a period of performance from June 1, 2026, to May 31, 2031, including a base year and four option years. Quotations are due by May 15, 2026, at 05:00 PM (PDT).
Scope of Work
The contractor will provide comprehensive pumping and cleaning services for vault type toilets and additional portable toilets. This includes scheduled cleanings, emergency cleanings, and pumping services at various locations such as Keysville SRMA, Walker Pass, Chimney Creek, and Long Valley Campground. Specific tasks involve cleaning interiors (floors, toilets, surfaces, door handles), restocking toilet paper, and waste pumping. Portable toilet services are required during busy summer holiday weekends and special events, with an anticipated need for up to 40 units at a time and 400 per year. The contractor must provide all personnel, materials, and equipment, with no government-furnished items.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS code 562991 (Septic Tank and Related Services), with a $9 Million annual receipts size standard.
- Period of Performance: June 1, 2026, to May 31, 2031 (one base year and four 12-month option years).
- Questions Due: May 4, 2026, 05:00 PM (PDT) via email to john_cabral@ios.doi.gov.
- Quotations Due: May 15, 2026, 05:00 PM (PDT) via email to john_cabral@ios.doi.gov.
- Published Date: April 29, 2026.
Submission & Evaluation
Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) method. Factors considered include Technical Approach, Past Performance (CPARS), and Price. Offerors must submit a completed Standard Form 18, a completed Price Schedule (Attachment 2), a detailed work plan, and a capability statement. A Unique Entity ID (UEI) must be included with the quote. Offerors must be registered and active in SAM.gov. The U.S. Department of Labor Wage Determination (Attachment 3) applies, outlining minimum wage rates and fringe benefits.
Additional Notes
No official site visit is scheduled; contractors are encouraged to view sites independently. Electronic invoicing and payment will be processed through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). The Performance Work Statement (PWS) details performance standards, including maintaining 10 inches of water in vault toilets and restocking toilet paper, with a Quality Assurance Surveillance Plan (QASP) outlining acceptable quality levels.