168th MP Latrines
ID: W9124J25QLL02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, 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 Army, is seeking a contractor to provide portable latrine and handwashing station services for the 168th Military Police Battalion in the Rio Grande Valley, Texas. The contractor will be responsible for supplying 45 portable latrines and 45 handwashing stations, including all necessary personnel, equipment, and maintenance services, with a focus on sanitation and compliance with health standards. This procurement is crucial for supporting military operations in the region, ensuring that personnel have access to essential sanitation facilities. Interested parties must submit their quotes via email by August 15, 2025, with questions due by August 8, 2025; the contract has a base period from September 1 to October 13, 2025, followed by five one-year option periods extending through August 2030. For further inquiries, contact Jasper Cruz at jasper.l.cruz.mil@army.mil or Kristoffer Poe at kristoffer.m.poe.mil@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a contract proposal for the provision of portable latrines and handwash stations for the 168th Military Police Battalion in the Rio Grande Valley, Texas. It specifies the quantities and timelines for the required items, with a total of 45 portable latrines and handwash stations needed for multiple fiscal years ranging from September 2025 to August 2030, broken down into option years. The requirements are structured by fiscal year, with detailed descriptions indicating adherence to the Performance Work Statement (PWS) for each item. The contract encompasses five option years, ensuring ongoing support for sanitation facilities. The purpose of this request is to secure adequate sanitation for military personnel, reflecting the government’s commitment to maintaining health and hygiene standards in military operations. This document serves as a formal bid for suppliers to provide the necessary equipment efficiently and in compliance with outlined specifications.
    This government file outlines the mandatory and selected Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) provisions applicable to commercial product and service contracts. It details compliance requirements for contractors, covering areas such as prohibitions on certain confidentiality agreements, contracting with specific foreign entities (Kaspersky Lab, ByteDance), telecommunications and video surveillance restrictions, and rules against inverted domestic corporations. The document also includes clauses related to small business utilization, labor standards (e.g., child labor, equal opportunity, minimum wages, paid sick leave), combating human trafficking, and sustainable products. Key financial stipulations involve accelerated payments to small business subcontractors and the use of the Wide Area WorkFlow (WAWF) system for electronic invoicing and receiving reports, specifying document types and routing data. Additionally, the file addresses the Government's option to extend services and the contract term. It clarifies which FAR clauses must be flowed down to subcontracts for commercial products and services, with specific exceptions and conditions.
    The 168 MP BN requires a non-personal service contract for portable latrines and handwashing stations in the Rio Grande Valley, TX. The contractor will be responsible for providing all necessary personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision. The services include weekly cleaning, waste removal, and maintenance of 45 portable latrines and 45 handwashing stations, ensuring they meet sanitation standards. The contract has a base year from September 1, 2025, to October 13, 2025, and five option years extending to October 13, 2030. The contractor must develop and implement a Quality Control Plan (QCP) within 30 days of contract award. The government will ensure performance through a Quality Assurance Surveillance Plan. The contractor is responsible for all spills and cleanup, obtaining necessary licenses and permits, and complying with all applicable laws. Key personnel, including a contract manager, must be designated. Contractor employees must identify themselves as such and comply with security and training requirements, including Anti-Terrorism Level I training. All contractor-furnished equipment and vehicles must be maintained and visibly display the company name.
    The file outlines a government contract for providing portable latrines and handwashing stations to the 168 Military Police Battalion in the Rio Grande Valley, Texas. The contractor is responsible for all necessary services, including installation, maintenance, and weekly servicing of these facilities. The contract spans one base year, with four optional years, commencing from September 1, 2025, to October 13, 2026. Key performance metrics include maintaining sanitation standards, with a maximum allowance of five deficiencies per month for service quality. The contractor must implement a Quality Control Plan and be prepared for Quality Assurance evaluations by the government. Additionally, the contractor is responsible for equipment safety, personnel training, and compliance with security protocols. The scope of work includes the transportation, cleaning, and waste management associated with the sanitation units. The contractor must also ensure adherence to all relevant federal, state, and local laws in carrying out these services. Overall, the document formalizes requirements for sanitation services within a military context, emphasizing sanitation standards and contractor accountability.
    This document outlines the contract terms and conditions that govern federal acquisitions of commercial products and services, focusing on compliance with various Federal Acquisition Regulation (FAR) clauses. It specifies mandatory compliance with statutes and executive orders, such as prohibitions on using specific software, ensuring ethical business practices, and adhering to labor standards. Significant clauses addressed include measures for equal opportunity, protections for whistleblowers, and requirements for utilizing small businesses. Additionally, it delineates the processes for electronic payment submissions through the Wide Area Workflow (WAWF) system. The provisions require contractors to maintain records, allow for audits, and provide accelerated payment options to small business subcontractors. The document also includes stipulations for extending service contracts and outlines limits on contract durations. Overall, this comprehensive guideline underscores the government’s commitment to fair contracting practices, ethical standards, and the integration of small and disadvantaged businesses into federal procurement processes, critical for various government RFPs, grants, and local state initiatives.
    This Request for Quote (RFQ) from FDO - FSH, in support of JTF - Southern Border, seeks a contractor to provide 45 portable latrine and 45 handwashing services for the 168 Military Police Battalion near RGV, Texas (Fort Brown to Rio Grande City). The contract is a Firm-Fixed Price agreement, with a base period from September 1, 2025, to October 13, 2025, and five one-year option periods extending through August 2030. Quotes will be evaluated based on price, with the possibility of award without discussions. Questions are due by August 8, 2025, and all RFQs must be submitted via email by the solicitation closing date of August 15, 2025, at 3:00 PM CST. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects from definitions and gratuities to payment terms and subcontracting.
    The document is a Request for Quote (RFQ) pertaining to the provision of portable latrine services and handwashing stations for the 168 Military Police Battalion in Texas, specifically from Fort Brown to Rio Grande City. The RFQ seeks contractors to supply 45 portable latrines and 45 handwashing stations, with services required from September 1, 2025, to October 13, 2025, and options for extensions up to five years. The document outlines submission details, including contact information (SSG Lu and SFC Poe), deadlines for questions, and submission guidelines via email. Evaluation criteria for quotes include price and performance according to the Federal Acquisition Regulation (FAR), with the government reserving the right to award a contract without discussions unless necessary. It also describes various provisions and clauses relevant to the contract, including labor standards, inspection of services, and contract termination conditions, which emphasize compliance with federal regulations. The summarization captures the essence of the RFQ as a procurement effort for essential sanitation services in support of military operations, highlighting operational requirements, evaluation processes, and regulatory adherence.
    This government file outlines the salient characteristics for a contract to provide portable latrine and handwashing station services for the 168 Military Police Battalion in the Rio Grande Valley, TX. The contractor must supply all necessary personnel, supplies, facilities, supervision, and equipment, including portable chemical latrines and handwashing stations. Key requirements include weekly cleaning and disinfection with germicidal detergent, ensuring units are in serviceable condition and well-ventilated, and restocking with biodegradable toilet paper. The contractor is responsible for all spills and cleanup, maintaining a sanitary 10-foot area around each unit. The contract has a one-year base period with four one-year options, with work performed within a reasonable commuting distance from RGV, Texas. The document justifies this as a single-source procurement to prevent disruptions to C2 operations and maintain mission effectiveness at Mobile Surveillance Capability (MSC) sites along the border.
    The document outlines the requirements for providing portable latrine and handwashing services for the 168 Military Police Battalion in the Rio Grande Valley, Texas. The contractor must supply all personnel, equipment, and materials needed for operation, including cleaning supplies and personal protective gear. Each latrine and handwashing station must meet specific standards, including being leak-free, well-ventilated, and regularly stocked with biodegradable toilet paper. The areas around the units should remain sanitary, free from debris and spills. The contract spans one base year with four optional extensions, emphasizing the importance of these services for mission readiness. Failure to award the contract as a single-source procurement could disrupt operations and impede mission effectiveness along the border. This document serves as a formal solicitation for proposals from vendors to ensure adequate support for the battalion's needs.
    This government file from the U.S. Department of Labor's Wage and Hour Division outlines wage determinations and contractor requirements under the Service Contract Act for contracts in Cameron County, Texas. It specifies minimum wage rates based on the contract award date, distinguishing between Executive Order 14026 ($17.75/hour for contracts on/after Jan 30, 2022) and Executive Order 13658 ($13.30/hour for contracts between Jan 1, 2015, and Jan 29, 2022). The document lists various occupations with their corresponding hourly rates and details fringe benefits, including health & welfare, paid vacation, and eleven paid holidays. It also addresses special conditions like paid sick leave, hazardous pay differentials, and uniform allowances. The conformance process for unlisted job classifications is detailed, emphasizing the use of the "Service Contract Act Directory of Occupations".
    The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act, specifically targeting contracts awarded in Texas, particularly Cameron County. It provides minimum wage rates for various occupations effective from 2025. Contracts signed on or after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour while those awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, stipulating at least $13.30 per hour. Additionally, the document outlines fringe benefits, including health and welfare allowances, vacation, and paid holidays, which are uniform across all listed occupations. Specific requirements for paid sick leave under Executive Order 13706 are highlighted, emphasizing the obligation for contractors to provide paid sick leave to employees. Furthermore, a process for classifying unlisted occupations is detailed, ensuring appropriate wages and benefits for all workers involved in contracts subject to these determinations. This document serves as a critical guideline for federal contractors to ensure compliance with labor regulations while conducting business under federal and state contracts.
    This government file, titled "TSB25 168th MP BN Latrines RGV, TX," outlines a requirement for portable latrines and handwash stations for the 168th Military Police Battalion in the Rio Grande Valley, Texas. The contract includes an initial period from September 1 to October 13, 2025, for 45 units of each item, followed by five one-year option periods (OY1 to OY5) extending the service through August 13, 2030, with the same quantity. The document details the item descriptions, quantities (43 days for the initial period, 10 months for OY1, and 12 months for OY2-OY5), and includes placeholders for pricing information, which is currently blank. This file is likely part of a Request for Proposal (RFP) or a similar procurement document, indicating a recurring need for these facilities to support military operations in the region.
    Amendment 001 for solicitation W9124J25QLL02, issued by the Department of the Army, Field Directorate Office, Fort Sam Houston, addresses contractor questions and provides a revised bid sheet. Key updates include changing the quantity of months for CLINS 2001 through 5002 from 20 to 12 months. The solicitation closing date remains August 15, 2025. The amendment clarifies that the government will not provide water, and the contractor is responsible for waste disposal. It also confirms that units will not require locks and will be accessible for servicing from Thursday afternoon through the evening. The document refers to existing contracts for similar services (W911SG-24-P-0090 and W911SG23P0014) regarding latrine and handwashing station provisions.
    Lifecycle
    Title
    Type
    168th MP Latrines
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative supports the operational needs of the 36 Wing and surrounding areas, with responses due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and will be evaluated based on technical acceptability and price, with awards contingent upon fund availability.
    Portable Toilets - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet and vehicle rental services under the combined synopsis/solicitation RFQ FA441826Q00042 for the PALMETTO REACH project in Saipan and Palau. The procurement requires the delivery and servicing of four portable toilets and two handwashing stations at each location, with services including installation, cleaning, and maintenance from January 14-20, 2026. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and ethical business practices. Interested vendors must submit their quotes by 12:00 PM EST on December 15, 2025, and can contact SrA Levi Mowrey at levi.mowrey@us.af.mil or 843-963-5857 for further details.
    USBP Tucson Sector Portable Restrooms and Maintenance Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide portable restrooms and maintenance services for the Tucson Sector. This procurement aims to ensure the availability and upkeep of sanitation facilities, which are crucial for operational efficiency and hygiene in border enforcement activities. The contract is set aside for small businesses under the SBA guidelines, with the NAICS code 562991 pertaining to septic tank and related services. Interested parties should contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov for further details regarding the solicitation process.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    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.
    Agricultural Wash of Military Equipment
    Buyer not available
    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.
    63rd DPW CUSTODIAL SERVICES, TYLER, TEXAS - TX196
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide custodial services at the Armed Forces Reserve Center (ARFC) TX196 located in Tyler, Texas. This procurement involves a non-personal services contract with a base period starting from January 1, 2026, to December 31, 2026, along with four optional twelve-month periods and a six-month option to extend services. The custodial services are crucial for maintaining cleanliness and hygiene standards at the facility, ensuring a safe and functional environment for military personnel. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 520-706-2496 for further details.
    Custodial Services at TX201
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.
    Custodial Services for MO024
    Buyer not available
    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), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly 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.
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.