Combined Synopsis/Solicitation for Commercial Services
ROGUE RIVER SISKIYOU SEPTIC AND VAULT PUMPING
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The combined synopsis/solicitation number is 1240BE25Q0080 and is issued as a Request for Quotation (RFQ) to establish a Firm-Fixed-Price contract.
The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, effective 07 August 2025.
This procurement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.
The associated North American Industrial Classification System (NAICS) code for this procurement is 562991, Septic Tank and Related Services $9,000,000. The PSC is S222, Waste Treatment/Storage
Contract Line-Item Number (CLIN) Structure/Price Schedule: See Attachment One.
Description of Requirement: The Contractor is to provide services for the removal and disposal of sewage and foreign debris found in the septic/vault toilets that are not classified as sewage, and other incidentals necessary but not mentioned to perform toilet pumping.
See Attachment 1: Schedule of Items and Performance Work Statement
Place of Performance: Rogue River Siskiyou Ranger Districts
Period of Performance (POP):
Base Period 25 September 2025 - 31 December 2025
Option Year 1 01 January 2026 – 31 December 2026
Option Year 2 01 January 2027 - 31 December 2027
FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) (Provision)
Addenda to Provision FAR 52.212-1:
For simplified acquisitions, the word quote or quoter is substituted in provision FAR 52.212-1 for the word offer or offeror.
Addenda to Provision FAR 52.212-1 paragraph (b) Submission of Offers:
1) Offerors must have an active entity registration in the System for Award Management in order to submit an offer. https://www.sam.gov/SAM/
2) Offers submitted in response to this solicitation shall include a technical proposal, a price proposal, and contractor representations and certifications.
a) Past Performance – provide a list of similar projects completed by your firm over the past three years. Include a brief description of the project, dollar amount, year completed, and project owner contact information (name, phone, and email). The government may use past performance information from any available source. If a company does not have past performance information available, information may be provided for predecessor companies, key personnel, or subcontractors. In the event that there is no past performance information available, the offeror will receive a neutral rating in this factor.
b) Price Proposal – Include the following: 1) the completed Schedule of Items of this solicitation, and 2) acknowledgement of any amendments to this solicitation by following the instructions that accompany the amendment(s).
Quoter may quote on ONE or MORE ranger districts. The quote will be a fixed firm price and will include ALL fees associated with the service provided. Fixed Firm price rate includes Mileage, removal and disposal of sewage and foreign debris found in the septic systems that are not classified as sewage, charging dry tanks with water, and other incidentals necessary but not mentioned to perform toilet pumping.
Multiple awards, by District, may result from this solicitation.
There is a column where vendors may indicate a reduction in price if two or more sites are ordered at the same time and the vault/septic pumping can be combined into one trip.
c) Representations and Certifications – Fill in the check boxes for provisions FAR 52.204-26, FAR 52.204-24(if applicable), FAR 52.212-3, and Employment of Eligible Worker-Workforce Certification found in paragraph(x) of this solicitation and include a copy with your offer.
3) Submit offer by email to _Jared.Machgan@usda.gov_ so that it is delivered into this inbox by the due date and time. Emails should contain 3 separate attachments (Technical Proposal, Price Proposal, and Representations and Certifications) in Microsoft Word, Excel, or Adobe PDF format. Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer from __Jared Machgan.
4) Address questions about this solicitation to _Jared Machgan at Jared.Machgan@usda.gov.
(End of provision)
FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021) (Provision)
(a) 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 following factors will be used to evaluate offers:
___Technical Capability, Past Performance, and Price_____
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate the Government to exercise the option(s).
(End of provision)
Attachments List: The following attachments are made a part of this solicitation.
- Performance Work Statement and Schedule of Items
- Ranger Districts Vault Toilet Information Sheets
- Area Maps
- Wage Rates
Correction to schedule of items period of performance Amendment 0001 posted 8/26/2025