S--Vault Toilet and Septic Tank Pumping at Yosemite N
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), under the Department of the Interior, is soliciting proposals for Vault Toilet and Septic Tank Pumping Services at Yosemite National Park, California. This is a Total Small Business Set-Aside opportunity for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Offers are due by March 25, 2026, at 1:00 p.m. Pacific time.
Scope of Work
The contractor will provide pumping services for vault toilets and septic tanks located along Tioga Road, from Crane Flat to Lee Vining, within Yosemite National Park. The scope includes servicing 21 locations with a total of 55 vault toilets and septic tanks. The anticipated service period is approximately 18 weeks annually, typically from June through October, subject to seasonal conditions. Specific tasks include removing trash from vaults and disposing of it in on-site bins, using suction hoses no larger than 2.5 inches, and disposing of collected sewage at the Yosemite Creek Lift Station (YCLS) during designated hours (Monday, Tuesday, Wednesday, Friday, 0700-1530). Bidders should note that the government will not provide water, requiring contractors to haul in fresh water. There is no current incumbent for these services.
Contract Details
This will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price task orders. The contract includes a one-year base period (June 1, 2026, to May 31, 2027) and four one-year option periods, for a potential total duration of five years. The maximum contract value is $1,200,000.00, with a minimum guarantee of $150,000.00. The opportunity is set aside for Total Small Businesses under NAICS Code 562991 (Small Business Size Standard: $9.0 million). The Product/Service Code is S205 (Trash/Garbage Collection Services Including Portable Sanitation Services).
Submission & Evaluation
Proposals must be submitted via email to Lisa_Henson@nps.gov. Award will be made based on the best value to the government, considering Price, Technical Capability, and Past Performance. Offerors must acknowledge Amendment 0002, which corrected the Service Schedule for Parson's Lodge (revised from 50 to 500 gallons) and extended the closing date. All offerors must be registered in the System for Award Management (SAM).
Key Documents & Clarifications
Key attachments include the Quote/Price Schedule, Statement of Work, a revised Service Schedule (Amd 0002_Atch 03_Service Schedule Rev.1), a Location Map, and a DOL Wage Determination. Amendment 0001 provided answers to bidder questions, clarifying that there is no incumbent and contractors are responsible for hauling water and using the specified disposal site.