This is a solicitation for firm-fixed-price commercial services for vault pumping services at Yaquina Head Outstanding Natural Area (YHONA) in Newport, Oregon. The contract includes a one-year base period and four one-year option periods. Services include pumping, cleaning, and removal of trash from vault-type toilet holding tanks. The contractor must schedule services within 10 business days of request and submit invoices within 30 days of service. Disposal of wastewater and trash must comply with all applicable federal, state, and local laws. The contractor shall wash down vaults and pump them dry. Biobased products should be used to the maximum extent possible. The site contains one double vault and one single vault with a total capacity of 3,000 gallons. It is estimated that 12,000 gallons of wastewater will be pumped per year, with up to 4 services performed annually. A site visit is mandatory. Questions regarding the solicitation must be submitted in writing by email two business days prior to the quotation deadline. Quotations must be submitted electronically in two parts: non-price and price. The non-price section will be evaluated on past performance, and the price section will be evaluated on price. Award will be made to the responsible offeror whose offer is most advantageous to the government, considering price and past performance.
The contract period of performance is from July 1, 2026, to June 30, 2027, for the base year, with potential for four one-year option periods. Services will be scheduled with the Bureau of Land Management (BLM) and performed within 10 business days of request. The contractor will submit invoices within 30 days of service. The text states, The contractor will schedule with Bureau of Land Management BLM COR and service the site within 10 business days of request. Contractor will submit invoices within 30 days of service.
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform (IPP). The contractor will receive enrollment instructions via email from the Federal Reserve Bank of St. Louis within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email or phone. The bid notice states, Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System IPP.
The award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and past performance considered. The text states, The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered.
The non-price section of the quotation will be evaluated based on past performance on projects of similar scope and magnitude completed as a prime contractor. The text states, Evaluation factor 1, past performance. Provide past performance information on projects of similar scope and magnitude that were completed as a prime contractor.
Quoters are urged and expected to inspect the site where services are to be performed. The text states, Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Contact the following to arrange a site visit: Thomas Linegar at tlinegar@blm. gov.