Portable Restrooms
ID: N0017424R0067Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, 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 requires portable restroom facilities and related services for the Naval Surface Warfare Center Indian Head Division (NSWC IHD) base in Maryland. The primary objective is to rent a range of standard and specialized restroom units, including accessible options for individuals with disabilities. These units must adhere to stringent safety and sanitation standards.

    The scope of work involves delivering, installing, and maintaining the portable restrooms across two locations. The contract, spanning a potential three years, encompasses weekly servicing, cleaning, and restocking, ensuring compliance with OSHA requirements. The agency seeks a fixed-price solution for these services, with an annual supply limit.

    Bidders should possess the necessary certifications and experience to provide the required specialized services. The procurement process will prioritize cost-effectiveness, compliance with technical requirements, past performance, and small business participation. Offerors are encouraged to submit multiple proposals with alternative terms, and the selection will be based on the evaluation of their responsiveness and technical proficiency.

    The contract, valued at approximately $300,000 for the optional second year, is a fixed-price agreement. Applicants should submit their proposals by the extended deadline of August 1st, 2024, using the provided Bid Sheet attachment. All submissions must be acknowledged and sent to the contracting officer, Bridget Taylor.

    This opportunity is a Total Small Business Set-Aside, ensuring a streamlined and organized approach to the procurement process. Businesses interested in applying should carefully review the requirements and submit comprehensive proposals to be considered for this contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary purpose of this procurement amendment is to extend the deadline for receiving offers and clarifying the timeline outlined in the initial solicitation. The original due date of June 28, 2024, remains extended, and offerors are required to acknowledge the receipt of this amendment. Additionally, the amendment removes the mention of a site visit and updates the statement of work accordingly. All other terms and conditions of the original solicitation stay unchanged. This modification aims to provide clarity and adjust the timeline for submitting offers, ensuring a more streamlined procurement process.
    The primary objective of this procurement is to rent portable toilets and restroom trailers for a naval base over a three-year period. The focus is on providing a fixed-price service that includes weekly cleaning, pumping, and restocking of supplies for these facilities. The government agency seeks portable toilets, including standard and handicap-accessible units. The required quantities have increased for each of the relevant CLINs, with a total of 30 units needed across different building locations. The restroom trailers are two-station units, with at least one stall being ADA-compliant. Power and water sources are required, with the government open to different power solutions. Contractors must submit their proposals by the new deadline of 05-Jul-2024 03:00 PM. The contracting officer, Bridget Taylor, should be contacted for clarification. The evaluation of proposals will likely focus on the ability to provide these services effectively, including factors such as price, quality of service, and compliance with OSHA requirements. This summary provides a concise overview of the procurement's essential aspects, highlighting the key goods and services sought by the government agency.
    The government agency seeks to extend the proposal submission date for an ongoing solicitation. The RFP aims to procure various sanitation units and trailers for the NSWC Indian Head base. These include portable restroom units and sanitation trailers, with specific quantity and delivery requirements detailed in the amendment. The agency emphasizes a quick delivery timeframe, expecting contractors to deliver within 14 days of receiving the task order. The contact's administering office is located at the Indian Head MD facility, and all proposals must be submitted by the new deadline of 09-Jul-2024 03:00 PM. Contractors must direct any inquiries to Bridget Taylor, whose contact details are provided in the file. The evaluation of offers will likely prioritize cost alongside technical acceptability.
    The primary purpose of this procurement amendment is to extend the offer submission deadline and provide clarifications on the original solicitation. The government seeks a contractor to supply and deliver various portable toilets and sanitation trailers, emphasizing the need for both standard and ADA-compliant units. The solicitation, detailed in Section L, outlines the requirements and expectations for the contract. Notably, the government requires these facilities to be provided on an as-needed basis, indicating a potential for flexible and ongoing deliveries. The amendment also confirms that the previously listed quantities are maximum orders, and the contractor will receive task orders for specific quantities. Bridget Taylor is designated as the point of contact for solicitation-related inquiries.
    The primary objective of this procurement amendment is to revise the CLIN descriptions and quantities for portable restroom and hand-washing station units. The amendment extends the proposal submission deadline to August 1st, 2024, and introduces a new Bid Sheet attachment. Offerors are required to use this attachment for their submissions. The CLINs, which seem to pertain to different types of portable restroom units, are revised to specify quantities and rental periods. The focus is on providing standard and accessible restroom solutions, with specific mentions of wheel chair accessibility and ADA compliance. This indicates the requirement for a range of specialized restroom facilities. The amendment doesn't provide extensive technical specifications or evaluation criteria within the given text, but it does allude to past performance and contract administration as potential evaluation factors. The contract, valued at around $300,000 if Option Year II is invoked, seeks bids for a fixed-price supply and rental of these facilities over two years, with the possibility of extension. Key dates include the submission deadline, and offerors are instructed to acknowledge receipt of the amendment. The contracting officer, identified as Bridget Taylor, will oversee the process.
    The primary purpose of this file is to issue an amendment to an existing solicitation for a contract with the United States Navy. This amendment extends the deadline for submitting offers and provides answers to questions received regarding the solicitation. It clarifies that contractors should follow the instructions in Block 11 and submit Attachment 4 - Bid Sheet if they have already submitted a complete proposal package. Additionally, it confirms that contractors must provide their own power sources, with the cost included in the unit price, and specifies that they are responsible for fueling generators. The amendment makes no other changes to the terms of the solicitation, which remain in effect. The solicitation seeks a contractor to provide unspecified goods or services, with the project being administered by the Navy's Indian Head Division. Offerors are required to acknowledge receipt of this amendment, and any changes to previously submitted offers must be made prior to the new deadline.
    The government seeks a firm fixed-price contract for portable restroom rental, installation, and maintenance. The goal is to procure these services for the Naval Surface Warfare Center Indian Head Division (NSWC IHD) across two locations: Indian Head and Stump Neck. The contract, with a potential three-year span, includes a base year and two optional years. The main procurement objectives involve delivering and installing various types of portable restrooms, including standard units and wheelchair-accessible options. Weekly servicing, cleaning, restocking, and removal are also key requirements. The government specifies detailed technical standards for the units, emphasizing safety and accessibility features. The scope of work encompasses the delivery, installation, and weekly maintenance of 15 standard single units and 15 accessible units. Each unit must meet stringent safety and sanitation standards, including slip-resistant floors, self-closing doors, and compliance with OSHA regulations. Weekly services involve tasks like pumping, cleaning, and restocking, ensuring a consistent supply of water, waste management, and a reliable power source. Important dates include a quick turnaround for initial site visit requests, with proposals due approximately one month after the solicitation issue date. The government will inspect and accept the delivered items at the destination, with contractor personnel requiring security badges for access to the work sites. Evaluation criteria focus on price and compliance with technical requirements, past performance, and small business participation. The government encourages offerors to submit multiple proposals with alternative terms.
    The government agency seeks to evaluate and verify the past performance of offerors and their subcontractors for a forthcoming procurement. The focus is on recent contracts worth noting their relevance to the current requirement. The evaluation criteria prioritize the last five years of performance, assessing whether projects were completed on time and within budget. This information is crucial for the agency to assess the bidders' ability to deliver the proposed services efficiently and reliably. The past performance data will be a key factor in the upcoming source selection process, along with the guidance provided in FAR 2.101 and 3.104. Offerors are expected to provide a clear matrix of their relevant contracts, including contract numbers, periods of performance, values, and work descriptions, allowing the agency to make informed decisions about their suitability for the upcoming contract.
    The Indian Head Division of the Naval Surface Warfare Center is seeking to evaluate an offeror's past performance for a potential contract. The questionnaire aims to assess the offeror's responsiveness, technical proficiency, and delivery timeframes for services provided. The evaluation criteria include ratings for performance quality, customer satisfaction, timeliness, technical success, program management, and overall assessment. The past performance information will play a crucial role in the source selection process. Potential vendors are encouraged to submit their past performance questionnaires before the solicitation deadline.
    The focus of this procurement is establishing a clear delineation of duties and responsibilities among various government agencies involved in contract administration. The Procuring Contracting Officer manages pre-award processes, provides annual performance reviews, and oversees the Contracting Officer's Representative (COR). The CAO adheres to FAR and DFARS guidelines, while the DCAA audits invoices and provides provisional approval. The Paying Office handles approved invoice payments, and the COR oversees technical aspects, including quality assurance and acceptance of services. This RFP outlines a detailed division of labor, aiming to streamline contract administration. Key duties and responsibilities are assigned to specific roles, with emphasis on efficient coordination and clear communication. The procurement's objective is to ensure a well-structured and organized approach to contract management, promoting accountability and timely action. Is there another file you would like me to extract information from?
    The primary objective of this procurement is to obtain portable restroom solutions, including standard and ADA-compliant units, along with hand-washing stations and restroom trailers. These facilities must be provided weekly, servicing and stocking them, and ensuring they meet OSHA requirements. The focus is on securing these facilities at a fixed price, with an annual supply cap. Bidders are invited to offer pricing for the specified items, with each unit having an associated maximum quantity per year. The unit prices are broken down across the base year and two optional years. The evaluation of proposals will likely prioritize competitive pricing and adherence to the detailed specifications outlined. As such, successful bidders will need to detail their pricing for each item, inclusive of the required weekly services, making this a comprehensive solution sought by the government body.
    Lifecycle
    Title
    Type
    Portable Restrooms
    Currently viewing
    Solicitation
    Similar Opportunities
    PORTABLE SHOWER TRAILER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting proposals for the procurement of a portable shower trailer, specifically a 24' x 8' custom environmental decontamination trailer. The contract is set aside for small businesses and requires compliance with various specifications, including warranty performance, nondestructive testing certifications, and Nationally Recognized Testing Laboratory (NRTL) certifications for electrical components. This portable shower trailer is crucial for providing sanitation facilities in harsh environmental conditions, particularly for military operations. Interested contractors must submit their proposals by September 13, 2024, at 10:00 AM, and can direct inquiries to Tricia Wintersteen at 360-813-9570 or via email at TRICIA.WINTERSTEEN@DLA.MIL.
    PORTABLE TOILETS AND GREASE TRAP PUMPING SERVICE AT NAVAL SUPPORT ACTIVITY, CRANE, INDIANA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified contractors to provide portable toilets and grease trap pumping services at the Naval Support Activity in Crane, Indiana. The contractor will be responsible for managing the rental of portable toilets, pumping grease trap holding tanks, and disposing of waste at state-approved facilities under an Indefinite Delivery Indefinite Quantity (IDIQ) Commercial Services contract, which includes both recurring and non-recurring services. This procurement is crucial for maintaining sanitation and waste management at the facility, ensuring compliance with health and environmental standards. The contract has a base period of nine months with four optional extensions of 12 months each, totaling a potential duration of 57 months. Interested parties can contact Cynthia VanBibber at cynthia.m.vanbibber.civ@us.navy.mil or 812-381-5561 for further details.
    PORTABLE TOILETS DEL RIO TEXAS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking quotes for the rental of portable toilets and hand wash stations to support the Del Rio Border Patrol Stations amid a surge in detainee populations. The procurement aims to establish a contract for the delivery, installation, servicing, and maintenance of these sanitation units, with a base period of 12 months and two potential extension years. This initiative is critical for maintaining hygiene standards in custodial settings, ensuring compliance with federal regulations while addressing the basic needs of individuals in custody. Quotations are due by September 10, 2024, at 12:00 PM EST, and interested bidders should contact Contract Specialist Darren Kiefer at darren.n.kiefer@cbp.dhs.gov for further details.
    Rental of Portable Toilet, Hand Wash Station, Greywater removal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors for the rental of portable toilets, hand wash stations, and greywater removal services at Camp Atterbury and Muscatatuck Urban Training Center in Indiana. The procurement aims to establish a Blanket Purchase Agreement for a period of three to five years, with a requirement for 60 to 70 permanent porta johns at Camp Atterbury and 7 to 22 at MUTC, along with additional a la carte rentals for training events. These services are critical for maintaining hygiene and operational readiness during military training exercises, including the annual "Guardian Response" event, which has previously required significant numbers of portable sanitation units. Interested parties are encouraged to submit a capabilities statement to the primary contacts, Rob Marszalek and Sheri Herrin, via email, with a pre-solicitation notice expected to be published soon.
    4-Stall Bathroom/Shower Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 159th Fighter Wing, is soliciting proposals from small businesses for the procurement of a 4-Stall Mobile Bathroom/Shower Trailer. The trailer must be constructed to meet local and federal regulations, featuring high-quality materials and a design that ensures individual privacy for each station, with specific plumbing requirements for both potable and wastewater handling. This mobile facility is crucial for supporting military operations, providing essential hygiene services to personnel. Interested vendors must submit their quotes by September 19, 2024, at 10:00 AM CST, and can direct inquiries to Derek Moller at 504-391-8370 or via email at 159.FW.FAL.MSC.Contracting@us.af.mil.
    RENEWAL OF BAKER BEACH RESTROOM FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking renovation and construction services for multiple projects. These projects include upgrading restroom facilities at Baker Beach to improve durability and user experience while ensuring historical preservation. The procurement process prioritizes experience and past performance and aims to appoint a single service provider. One of the key projects involves renovating public restroom facilities at Golden Gate National Recreation Area, requiring replacement of fixtures, signs, and interior upgrades, along with temporary toilet facilities during the renovation period. The agency seeks a cost-effective and timely solution, with an estimated budget of $250,000 to $500,000, and a completion timeline of just 60 days. Contact Robert Barnes at robertjbarnes@nps.gov for more information. Deadlines for submission vary across documents, with some stating a due date of June 15th and others referencing a June solicitation number.
    Latrine Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army National Guard, is seeking qualified contractors to provide latrine services at Camp Roberts, California, through a total small business set-aside solicitation. The contractor will be responsible for the sanitary servicing of 96 portable and stationary latrines, ensuring compliance with all applicable local, state, and federal regulations, with a contract value of approximately $9 million for a firm-fixed-price arrangement effective from September 30, 2024, to September 29, 2025, with options for extension. This procurement emphasizes the importance of maintaining sanitary conditions for military training facilities and promotes participation from women-owned and small businesses in federal contracting. Interested parties can contact Kaipo Kim at kaipo.h.kim.civ@army.mil or by phone at 808-861-9563 for further details.
    Portable Toilet Services Master Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Portable Toilet Services at Fort Drum, NY. The services include providing portable chemical toilets and wash station set-up, servicing, and relocation as needed at various locations throughout Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC) for calls issued up to $10,000. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
    RR462 Bathroom Modification
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the RR462 Bathroom Modification project at Camp Lejeune, North Carolina. The project aims to convert Storage Room 104 into a bathroom, requiring the contractor to complete all necessary architectural, plumbing, mechanical, and electrical installations while minimizing disruptions to ongoing facility operations. This initiative underscores the government's commitment to enhancing facility accessibility and functionality, with an estimated project cost between $100,000 and $250,000 and a completion deadline of 240 days post-award. Interested contractors must submit their proposals electronically by September 12, 2024, and can contact Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further information.
    Repair Restrooms and Sustain Steel Structures
    Active
    Dept Of Defense
    The Department of Defense seeks a contractor to undertake an extensive renovation of restroom facilities and provide structural maintenance across the Berry Field Air National Guard Base in Nashville, Tennessee. This project, with a total value estimated between $250,000 and $500,000, is set aside exclusively for small businesses and carries a 180-day contract duration. The work involves substantial updates to multiple restroom areas, encompassing demolition, new installations, and anti-corrosion treatments, as well as essential maintenance and enhancements to steel structures across the base. The solicitation process is anticipated to commence around mid-August 2024, with a pre-bid conference and site visit planned shortly thereafter. Interested parties should ensure SAM.gov registration and attend the pre-bid events to gain a thorough understanding of the requirements. Key contacts for this opportunity are Gregory Allen and Jonathan Forren, with email addresses provided for written inquiries.