329 RSG Field Sanitation Services at Fort Barfoot
ID: W912LQ25QA027Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N5 USPFO ACTIVITY VA ARNGRICHMOND, VA, 23297-0000, 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 Virginia Army National Guard, is soliciting bids for field sanitation services at Fort Barfoot in Blackstone, Virginia. The contract requires the provision of portable latrines, handwashing stations, and waste disposal services to ensure sanitary conditions during military training activities scheduled from July 12 to September 14, 2025. These services are critical for maintaining hygiene and health standards in military environments, thereby supporting overall military readiness. Interested small businesses must submit their quotes by the specified deadline and can direct inquiries to Curtis L. Gardner at curtis.l.gardner6.civ@army.mil, with the contract valued at approximately $9 million.

    Point(s) of Contact
    Files
    Title
    Posted
    This information sheet serves as a template for vendors responding to federal and state/local Requests for Proposals (RFPs) and grants. It outlines critical sections including quote information, vendor details, and contact information for the submission process. Key elements include the expiration date for quotes, the primary point of contact, and the necessary identifiers such as the vendor's company name, Small Business designation, CAGE Code, and SAM UEI. This structured format aids in standardizing vendor submissions, ensuring that all required information is provided in a consistent manner for evaluation purposes. The document is essential for facilitating communication and compliance within the government procurement process, emphasizing the importance of organized and detailed vendor responses to RFPs and grants.
    The Performance Work Statement (PWS) outlines the requirements for Field Sanitation Services at Fort Barfoot, Virginia, for the Virginia Army National Guard. The contractor is responsible for providing personnel, equipment, and materials to ensure a sanitary environment essential for training activities from July 12 to September 14, 2025. Services include the rental, delivery, and maintenance of portable latrines and hand washing stations, along with waste disposal in coordination with local facilities. Compliance with safety and security regulations, employee identification, and training requirements is emphasized, alongside a commitment to quality assurance through a defined Quality Assurance Surveillance Plan (QASP). Key contractor responsibilities include maintaining a stable workforce, submitting training certificates, and adhering to operational safety standards. The PWS also details government-furnished property, ensuring contractors use utilities responsibly. Regular meetings and attendance at progress conferences are mandated to monitor performance and address issues. This contract reflects an organized approach to maintaining health standards within military environments, reinforcing the importance of hygiene and sanitation in aiding military readiness.
    The document outlines the federal provisions and requirements pertaining to telecommunications and video surveillance equipment or services in government contracts, particularly emphasizing compliance with the John S. McCain National Defense Authorization Act. It mandates that offerors disclose their use and provision of covered telecommunications equipment and services, specifically if such equipment is deemed a substantial component of systems provided to the government. Definitions are provided for terms like "covered telecommunications equipment," and sections address prohibitions against contracting entities involved in restricted operations related to countries like Iran and in Sudan. Offerors must represent their status as small businesses or disadvantaged entities, detailing their ownership structure and compliance with various federal standards. The document lists requirements for representation and certifications, including aspects related to incorporation in the System for Award Management (SAM), tax compliance, and labor standards. Overall, it serves as a guideline for offerors in ensuring adherence to federal regulations when participating in government procurement processes for telecommunications and video surveillance products and services.
    The document details a solicitation for a Women-Owned Small Business (WOSB) concerning the provision of field sanitation services for the Virginia Army National Guard at Fort Barfoot, Blackstone, Virginia. The contract, valued at approximately $9 million, encompasses the rental and delivery of portable latrines and handwashing stations, along with necessary maintenance services such as cleaning and refilling. The expected service period spans from July 11 to September 14, 2025, with multiple deliveries scheduled during this timeframe. The solicitation outlines specific product service codes, quantities, unit prices, and overall contractual terms adhering to established Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. It emphasizes compliance with various regulatory requirements related to the treatment of small businesses and procurement laws, particularly pertaining to equitable treatment among different business classifications. Additionally, clauses regarding electronic submission of payment requests and item unique identification are also incorporated, highlighting the document's detailed approach to contract management. This solicitation reflects the federal government's ongoing commitment to supporting small and women-owned enterprises while ensuring robust service quality and regulatory adherence.
    The document outlines Wage Determination No. 2015-4323 under the Service Contract Act, issued by the U.S. Department of Labor. It mandates minimum wage rates for various occupations in Virginia, effective on contracts awarded or extended after January 30, 2022, or awarded between January 2015 and January 2022 without renewal. Key minimum wage rates are set at $17.75 for contracts under Executive Order 14026 and $13.30 for those under Executive Order 13658, reflecting adjustments for annual minimum wage requirements. Additionally, it details rates for specific occupations such as administrative support, automotive services, healthcare, and technical professions, along with fringe benefits like health and welfare allowances. The document also includes regulations on paid sick leave for federal contractors and outlines processes for classifying new job roles not listed in the wage determination. The purpose of this wage determination is to ensure fair compensation and adherence to federal labor standards, particularly relevant for government contractors and resulting RFPs or grants at the federal, state, and local levels.
    Lifecycle
    Similar Opportunities
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Portable Toilets - PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet services under RFQ FA441826Q00042, specifically for the PALMETTO REACH project at Saipan International Airport and Palau International Airport. The procurement requires the delivery and installation of four portable toilets and two handwashing stations at each airport, with services including twice-weekly cleaning and maintenance, all to be operational by January 14, 2026. This contract is a 100% Small Business Set-Aside, emphasizing the importance of providing essential sanitation services for the upcoming project, with a focus on compliance with safety and operational standards. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to SrA Levi Mowrey at levi.mowrey@us.af.mil or by phone at 843-963-5857.
    Virkon Vehicle Treatment PA Army National Guard W912KC26QA004
    Dept Of Defense
    The Department of Defense, specifically the Pennsylvania Army National Guard, is seeking proposals from qualified small businesses to provide pre-deployment agricultural disinfection services for 187 pieces of equipment in compliance with EUCOM requirements. The contractor will utilize Virkon-S at a 1:100 dilution ratio to ensure all equipment is sanitized within a specified period from January 26, 2026, to January 30, 2026, with on-site work limited to five days. This service is critical for maintaining compliance with federal, state, local, and military regulations, ensuring that equipment is free of contaminants before deployment. Interested parties must submit their bids, including proof of SAM registration and a completed SF 1449 form, by the deadline for Requests for Information on December 18, 2025. For further inquiries, contact John M O'Boyle at john.m.oboyle.civ@army.mil or Raymond C Folweiler at raymond.c.folweiler.civ@mail.mil.
    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.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide full food service support for training courses at the Vermont Regional Training Institute from January to June 2025. The procurement includes delivering hot meals and light cleaning services across multiple periods, with specific quantities outlined for breakfast, lunch, and dinner throughout the contract duration. This opportunity is crucial for ensuring that service members receive adequate nutrition during their training, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their quotes by December 19, 2024, and can direct inquiries to Kathleen O'Neill at kathleen.b.oneill.civ@army.mil or Donald Luby at donald.j.luby.civ@army.mil.