FY26 Portable Toilets Services
ID: FA441825Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for portable toilet rental and servicing at Joint Base Charleston locations in South Carolina under Solicitation Number FA441825Q0025. Contractors are required to provide all labor, equipment, and materials necessary for the delivery, setup, relocation, and servicing of standard and ADA-compliant portable restrooms across various sites, including the Air Base, Weapons Station, and Short Stay Recreational Facility. This procurement is critical for maintaining sanitation services at military facilities, particularly during special events and routine operations. Interested small businesses must submit their quotes electronically by May 8, 2025, and are encouraged to attend a site visit on April 24, 2025, to better understand the requirements; for further inquiries, contact Patrick Thomas at patrick.thomas.30@us.af.mil or Terry G. Harrelson at terry.harrelson@us.af.mil.

    Files
    Title
    Posted
    This government file outlines a Request for Proposal (RFP) for portable toilet rental and servicing across various locations including Weapons Station, Air Base, Short Stay, and SDDC sites. The RFP details requirements for a base year (October 2025 - September 2026) and four option years, each spanning from October to September. Services include regular portable toilet rentals (49 regular, 6 handicap) with servicing frequencies of 1x, 2x, or 3x per week, as well as providing toilets for up to six special events per year. The document specifies that pricing for evaluation purposes will be on an as-needed basis. Key information required from vendors includes company details, CAGE Code, DUNS Number, and discount terms. The file lists specific locations where these services are needed and the number of regular and handicap units required for each service frequency.
    Joint Base Charleston requires a contractor for portable toilet rental and servicing across its Air Base, Weapons Station, and Short Stay Recreational Facility. The contractor must provide standard and ADA-compliant units, ensuring they are durable, secure against high winds, and pest-proof. Services include delivery, setup, periodic cleaning, sanitization, restocking, and repairs as per Appendix A's frequency. The contractor must also provide units for up to six special events annually and develop a hurricane plan for securing or removing toilets during severe weather. Deliverables include a monthly cleaning schedule, hurricane plan, quality control program, hazardous waste plan, health and safety plan, environmental protection plan, and required hazardous material forms. The contractor must comply with all federal, state, and local regulations, including antiterrorism awareness training for personnel. No government-furnished equipment is provided.
    The Joint Base Charleston (JB CHS) Base Access Worksheet (Form 111) is a critical document for contractors and subcontractors requiring regular access to JB CHS to fulfill Air Force contracts. Its purpose is to gather personnel information to assess suitability for base access, including criminal background checks, and to issue appropriate identification. The form outlines applicant, access, and sponsor information, requiring details such as personal identification, address, SSN, company information, access duration, and location. Key procedures include attaching a Real ID-compliant identification copy, sponsor verification, and awareness of processing times (up to 3 business days). Access is granted as a privilege, subject to compliance with base policies and potential withdrawal. The document specifies criteria for badge versus temporary passes, emphasizes the responsibility of companies to verify employee credentials, and details the background check process, including a point-based system for criminal history evaluation that can lead to denial of access.
    This document, "Attachment 6: Joint Base Charleston Portable Toilets Lease and Services FA441825Q0025 Questions and Answers," addresses key inquiries regarding an RFP for portable toilet services at Joint Base Charleston. It clarifies that there is an incumbent contractor (FA441821C0009) who is eligible to re-bid. The government will not provide a water source for servicing, nor a dumpsite on base, though a sewage treatment facility in downtown Charleston is available for waste disposal. Contractors are responsible for their own water supply and off-base dumpsite. The document specifies that a sign-in sheet is not required; instead, a monthly electronic service report is needed. It defines "SDDC" as Surface Deployment and Distribution Command and advises caution on "Horrible Road." Security Forces Squadron oversees handwashing stations for routine operations, with the contractor responsible during special events. Pricing for regular services should reflect monthly costs for all units, while special event pricing is per unit per event. Standard base access is 0700-1700, Monday-Friday, with out-of-hours access reviewed case-by-case. The PWS has been updated with clarifications on security and service frequency, and there is no government preference for portable toilet color.
    The United States Air Force is soliciting quotes for portable toilet rental and servicing at Joint Base Charleston locations in South Carolina, under Solicitation Number FA4418-25-Q-0025. This 100% small business set-aside requires contractors to provide all labor, equipment, and materials for delivery, setup, relocation, and weekly servicing of standard and ADA-compliant portable restrooms. The contract is a Firm Fixed Price, Indefinite Delivery-Requirements type, with a base period from October 1, 2025, to September 30, 2026, and four one-year options. A site visit is scheduled for April 24, 2025, and questions are due by April 25, 2025. Quotes must be submitted by May 8, 2025, and include a cover page, a Mission Essential Services Plan, a pricing sheet, and past performance references. Technical capability is pass/fail, and past performance is significantly more important than price in the evaluation process. All offerors must be registered in SAM.gov.
    This document details a federal Request for Proposal (RFP) related to the furnishing and servicing of portable toilets and handwashing stations as specified in the performance work statement (PWS). The RFP includes pricing plans for multiple option years, spanning from October 2025 to September 2031, with services offered on a weekly basis—ranging from three times to once per week. The RFP outlines requirements for both regular and handicapped toilet rentals, noting that the pricing ($0) is for evaluation purposes only and reflects an on-demand service model. The document lists various locations where services will be rendered, primarily at government-controlled installations, indicating that 49 regular and 6 handicap units will be available. The pricing is structured in a way that assumes a total of 12 months of service each year, complemented by provisions for special event rentals not exceeding six occasions per year. The primary goal is to ensure adequate sanitation facilities in compliance with government standards, emphasizing the necessity for proper maintenance and timely service delivery to uphold public health and safety protocols across different federal sites.
    The document outlines the Performance Work Statement (PWS) for the rental and servicing of portable toilets at Joint Base Charleston (JB CHS) by a contractor. The contractor is responsible for providing labor, equipment, and supplies to deliver, set up, clean, and relocate standard and ADA-compliant restrooms across various JB CHS locations. Key functions include periodic servicing, special event accommodations, and adherence to hurricane response protocols. The contractor must comply with federal and state regulations, maintain cleanliness, and ensure proper equipment conditions. A series of deliverables, including monthly cleaning schedules and health and safety plans, are mandated within assigned timeframes. Quality control is emphasized through performance objectives and thresholds that require a minimum success rate of 90%-100% for various service aspects. Furthermore, adherence to environmental and safety standards, as well as antiterrorism training, is essential. Overall, this PWS establishes operational procedures, contractor responsibilities, and compliance requirements, reflecting government standards for public health and safety in a military context.
    The Joint Base Charleston (JB CHS) Base Access Worksheet outlines the procedures and requirements for granting contractor personnel access to the base. The document captures essential applicant information, access details, and sponsor information. It specifies the need for personal identification, such as a Real ID-compliant driver's license, and highlights the significance of collecting sensitive data like Social Security Numbers and dates of birth for security purposes. The worksheet details the application process, indicating that it could take up to three business days and requires a copy of identification for pass issuance. Access privileges are described as conditional, with provisions for withdrawal based on noncompliance. The document emphasizes the responsibility of the contractor to ensure their employees meet legal and identification standards before submission. Moreover, it includes guidance on criminal history evaluations, stipulating that a combination of significant convictions may result in access denial. The application must be duly signed and submitted through appointed sponsors, with specific handling instructions outlined. Overall, the worksheet represents a structured approach to ensure security while facilitating operational needs under the jurisdiction of the Air Force at JB CHS.
    The document outlines the Q&A for a Request for Proposal (RFP) for the lease and servicing of portable toilets at Joint Base Charleston. Key highlights include the contractor’s responsibility for providing their own water source and securing a dumpsite off base; incumbents are eligible to bid on the contract. The Performance Work Statement (PWS) has been updated with modifications regarding service frequency and security requirements. Questions about pricing clarify that unit prices represent monthly costs for servicing the specified quantity of units while extended prices reflect annual costs. Access to the base is generally permitted from 0700 to 1700, Monday through Friday, with special requests for earlier access considered on a case-by-case basis. The government has no specific color preference for the units, and there are outlined responsibilities for handwashing stations during events. Overall, the document serves to clarify expectations and responsibilities for contractors interested in submitting proposals while adhering to safety and operational guidelines.
    This document serves as a combined synopsis and solicitation for commercial services related to portable toilet rental and servicing, identified by solicitation number FA4418-25-Q-0025. It is fully set aside for small businesses, specifically under the NAICS code 562991, and seeks contractors able to manage delivery and servicing at Joint Base Charleston in South Carolina from October 1, 2025, through September 30, 2030. Prospective vendors are encouraged to attend a mandatory site visit on April 24, 2025, to gain insights into the requirements outlined in the Performance Work Statement (PWS). Contractors must submit detailed bids including a technical service plan, pricing sheet, and evidence of past performance, with a focus on relevant experiences from the past five years. Evaluation criteria prioritize technical capabilities and past performance over price, although all factors will influence the final decision. Quotes are due by May 8, 2025, and must be sent via email to the designated Contract Specialist. The overall goal is to ensure compliance with federal procurement regulations while achieving best value for the government through a competitive bidding process. Vendors must be registered in the System for Award Management (SAM) to participate.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    CHS Water System Notice of Intent
    Dept Of Defense
    The Department of Defense intends to award a single-source contract for potable water, fire protection, and sanitary sewer utility services at Joint Base Charleston (JB CHS) in South Carolina. The contract, which will be awarded to Charleston Water System, is essential for ensuring uninterrupted utility services at the base, with a performance period from March 2, 2026, to March 1, 2036. This procurement is critical as it prevents any disruption in essential services that could arise from transitioning to a new service provider. Interested parties may express their interest and capabilities by contacting Mr. Daniel Teeter at daniel.teeter@us.af.mil or Ms. Taylor McDaniel at taylor.mcdaniel.1@us.af.mil, with responses due by 1:00 PM EST on January 5, 2026.
    45--TOILET,MARINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of marine toilets, specifically NSN 4510015608927, with a total quantity of 14 units required for delivery. This solicitation is a Combined Synopsis/Solicitation and is set aside for HUBZone small businesses, emphasizing the importance of supporting local economies while fulfilling military needs. The marine toilets are critical components for naval vessels, ensuring proper sanitation and waste disposal in marine environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 167 days after the award date.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    82nd Airborne Propane Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refills and services over a base year and four option years, from January 2026 to January 2031. This procurement is critical for ensuring a reliable supply of propane for military operations, adhering to strict safety and operational standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    Base and Medical Laundry Services -Qatar and Saudi Arabia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Announcement to identify potential sources for Laundry and Dry-Cleaning services in Qatar and Saudi Arabia. The procurement aims to secure comprehensive laundry services, including the handling of contaminated medical linen, with a focus on quality control, transportation methods, and compliance with health and safety standards. This opportunity is critical for maintaining hygiene and operational readiness in military settings, with an estimated monthly workload of approximately 50,776 units, peaking at 58,562 units. Interested parties must submit their capability statements and responses to specific questions by 12:00 PM Arabian Standard Time on November 14, 2025, to SrA Dominique Henry at dominique.henry.1@us.af.mil.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.