Search Contract Opportunities

Central Coast Ranger District Septic/Vault Pumping   2

ID: 1240BE26Q0012 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Posted: Dec. 9, 2025, 1:31 p.m. EST
  1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The NAICS code is 562991 Septic Tank and Related Services Size Standard is $9 million.

  1. 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.
  2. Place of Performance: Central Coast Ranger District Oregon Dunes.

Period of Performance: Base Year January 1, 2026, through December 31, 2026

Option Year 1 January 1, 2027, through December 31, 2027

Option Year 2 January 1, 2028, through December 31, 2028

  1. The following FAR solicitation provisions apply to this acquisition (see 12.205(a)).
  • 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (AUG 2025) (DEVIATION)

Instructions to Offerors Commercial Products and Commercial Services (Nov 2025) (DEVIATION)

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).

c) 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.

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 SAM UEI 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 offeror's responsibility to confirm receipt of the offer from __Jared Machgan.

4) Address questions about this solicitation to _Jared Machgan at Jared.Machgan@usda.gov. All questions must be submitted 3 business days prior to the response due date.

5) Offers are due no later than 12/15/2025 1300 PT

(End of provision)

  • 52.212-2 Evaluation Commercial Products and Commercial Services. (Aug 2025)(DEVIATION)
  1. Evaluation factors. 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_____

  1. 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. The evaluation of options does not obligate the Government to exercise the option(s).
  2. Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

FAR Provisions Incorporated by Reference:

  • 52.204-7 System for Award Management (AUG 2025) (DEVIATION)
  • 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (SEP 2025) (DEVIATION)
  • 52.217-4 Evaluation of Options Exercised at Time of Contract Award (SEP 2025) (DEVIATION)
  • 52.217-5 Evaluation of Options (SEP 2025) (DEVIATION)
  • 52.240-90 Security Prohibitions and Exclusions Representations and Certifications. (AUG 2025) (DEVIATION)

FAR Provisions Incorporated by Full Text:

  • 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far (FAR Provisions are located in FAR Part 52 at https://www.acquisition.gov/far/part-52)

Department of Agriculture Acquisition Regulation (AGAR): https://www.acquisition.gov/agar (AGAR Provisions are located in AGAR Part 452 at https://www.acquisition.gov/agar/part-452-solicitation-provisions-and-contract-clauses)

Deviations to provisions may be viewed at: https://www.dm.usda.gov/procurement/policy/FARClassDeviations.htm

(End of Provision)

  • 52.252-5 Authorized Deviations in Provisions (NOV 2020)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1)

provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any Agriculture Acquisition Regulation (48 CFR Chapter 4) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of Provision)

  1. The following FAR contract clauses apply to this acquisition:
  • 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023)
  • 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
  • 52.204-13 System for Award Management Maintenance (AUG 2025) (DEVIATION)
  • 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
  • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025)
  • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (SEP 2025) (DEVIATION)
  • 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (SEP 2025) (DEVIATION)
  • 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services. (AUG 2025) (DEVIATION)
  • 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
  • 52.219-28 Post award Small Business Program Representation. (OCT 2025) (DEVIATION)
  • 52.222-3 Convict Labor (OCT 2025) (DEVIATION)
  • 52.222-35 Equal Opportunity for Veterans (JUN 2020)
  • 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
  • 52.222-37 Employment Reports on Veterans (JUN 2020)
  • 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
  • 52.222-41 Service Contract Labor Standards (AUG 2018)
  • 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
  • 52.222-50 Combating Trafficking in Persons (OCT 2025) (DEVIATION)
  • 52.222-54 Employment Eligibility Verification (JAN 2025)
  • 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (OCT 2025) (DEVIATION)
  • 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022)
  • 52.223-23 Sustainable Products and Services (OCT 2025) (DEVIATION)
  • 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
  • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
  • 52.233-4 Applicable Law for Breach of Contract Claim (SEP 2025) (DEVIATION)
  • 52.237-2 Protection of Government Buildings, Equipment, and Vegetaion (APR 1984)
  • AGAR 452.204-70 Modification for Contract Closeout (JUN 2024)(DEVIATION)

FAR Clauses Incorporated by Full Text:

  • 52.217-8 Option to Extend Services. (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration.

(End of clause)

  • 52.217-9 Option to Extend the Term of the Contract. (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within _30_ provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _36 (months).

(End of clause)

  • 52.252-6 Authorized Deviations in Clauses (NOV 2020)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Agriculture Acquisition Regulation (48 CFR Chapter 4) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of Clause)

NOTICE FOR FILING AGENCY PROTESTS

United States Department of Agriculture (USDA) Ombudsman Program

The USDA is committed to issuing solicitations and awarding contracts in a fair and prompt manner. The Ombudsman Program for Agency Protests (OPAP) was established to address protest issues within the agency, providing an alternative to costly and time-consuming litigation. Operating independently, OPAP offers relief comparable to that granted by the Government Accountability Office (GAO). Interested parties are encouraged to resolve concerns through USDA's internal Alternative Dispute Resolution (ADR) process before pursuing external forums such as the GAO. Concerns may be addressed informally or through a formal agency protest filed with either the Contracting Officer or the Ombudsman.

Informal Forum with the Ombudsman

  1. Initial Point of Contact: Interested parties who believe a specific USDA procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer.
  2. Escalation: If the Contracting Officer is unable to address their concerns, interested parties are encouraged to contact the USDA Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Utilization of the informal forum does not suspend any time requirement for filing a formal protest with the agency or other forums.
  3. Required Information: To ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).

Formal Agency Protest with the Ombudsman

  1. Effort to Resolve: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions.
  2. Independent Review: If the protester's concerns remain unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest with either the Contracting Officer or, alternatively, with the Ombudsman under the OPAP program. Contract awards or performance will be suspended during the protest period unless justified in writing for urgent and compelling reasons or determined in writing to be in the best interest of the Government.
  3. Resolution Timeline: The agency's goal is to resolve protests within 35 calendar days from the date of filing.
  4. Required Information: Protests shall include the information set forth in FAR 33.104(a)(3). Failure to submit the required information may result in a delay or dismissal of the protest.
  5. Timeliness: Protests must be filed within the timeframes specified in FAR 33.104.
  6. Submission: Formal protests under the OPAP program should be submitted electronically to SPE.inquiry@usda.gov and the Contracting Officer.

Election of Forum. By initiating a protest with the USDA, the protester agrees not to pursue the same matter with the Government Accountability Office (GAO) or any other external forum while the agency protest is pending. If a protest is filed externally, the agency protest will be dismissed.

Attachments List: The following attachments are made as part of this solicitation and any resultant contract.

1. Performance Work Statement and Schedule of Items

2. Vault Septic Toilet Information Sheet

3. Area Map

4. Wage Rates

REVISITIONS:

1. 12/05/2025 Schedule of items and Vault Information sheet updated

2. Correction Driftwood II Campground Shower has one tank and it is a 6000 gallon tank

Posted: Dec. 8, 2025, 10:10 a.m. EST
Posted: Dec. 5, 2025, 2:44 p.m. EST
Posted: Dec. 3, 2025, 12:25 p.m. EST
Background
This acquisition is set-aside for small business concerns and is issued by the Central Coast Ranger District. The mission of the agency is to manage and protect the natural resources of the area, which includes providing necessary services for maintaining sanitation facilities.

The goal of this contract is to ensure proper removal and disposal of sewage and foreign debris from septic/vault toilets, thereby supporting public health and environmental standards.

Work Details
The Contractor is required to provide services for the removal and disposal of sewage and foreign debris found in septic/vault toilets that are not classified as sewage. This includes all incidentals necessary to perform toilet pumping, such as charging dry tanks with water.

The quote must be a fixed firm price that includes all fees associated with the service provided, including mileage.

Period of Performance
Base Year: January 1, 2026, through December 31, 2026; Option Year 1: January 1, 2027, through December 31, 2027; Option Year 2: January 1, 2028, through December 31, 2028.

Place of Performance
Central Coast Ranger District Oregon Dunes.

Overview

Response Deadline
Dec. 15, 2025, 4:00 p.m. EST Past Due
Posted
Dec. 3, 2025, 12:25 p.m. EST (updated: Dec. 9, 2025, 1:31 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Waldport, OR 97394 United States
Source

Current SBA Size Standard
$9 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$30,000 - $90,000 (AI estimate)
On 12/3/25 USFS Region 6: Pacific Northwest Region issued Synopsis Solicitation 1240BE26Q0012 for Central Coast Ranger District Septic/Vault Pumping due 12/15/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562991 (SBA Size Standard $9 Million) and PSC S222.
Primary Contact
Name
Jared D Machgan   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 1240BE26Q0012

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 1240BE26Q0012

Award Notifications

Agency published notification of awards for Synopsis Solicitation 1240BE26Q0012

Contract Awards

Prime contracts awarded through Synopsis Solicitation 1240BE26Q0012

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 1240BE26Q0012

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 1240BE26Q0012

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 1240BE26Q0012

Experts for Central Coast Ranger District Septic/Vault Pumping

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > SIUSLAW NATIONAL FOREST
FPDS Organization Code
12C2-04T0
Source Organization Code
100165254
Last Updated
Dec. 30, 2025
Last Updated By
jared.machgan@usda.gov
Archive Date
Dec. 30, 2025