Ft. Walker Sanitation Services
ID: H9224025QE003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 2:00 PM UTC
Description

The Naval Special Warfare Command (NSWC) is seeking qualified small businesses to provide quarterly sanitation services at Fort Walker, Virginia, under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement involves delivering and servicing four portable toilets and two handwashing stations, with specific requirements for setup, maintenance, and adherence to security protocols during U.S. Army training courses. This contract is crucial for maintaining hygiene and sanitation standards at military training facilities, ensuring operational efficiency and safety. Interested contractors should submit their proposals electronically by April 25, 2025, with a minimum contract value of $2,000 and a maximum ceiling of $75,000. For inquiries, contact Ava Groll at ava.s.groll.civ@socom.mil or Meredith Howes at meredith.howes.2@socom.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The Performance Work Statement outlines a contract for providing portable sanitation services at Fort Walker, Virginia, where the NSWCEN Courses of Instruction occur four times a year. The contractor is responsible for supplying portable toilets and handwashing stations, including delivery, setup, cleaning, and restocking of supplies. Services must align with training schedules, and work is prohibited during these times without prior approval. The contractor must coordinate with the Range Complex Manager for scheduling and secure access points throughout the project duration. The performance period is set at 90 days following contract award. The initiative reflects a commitment to ensuring sanitary conditions for training sessions, crucial for supporting the operational readiness of U.S. Defense Forces.
Apr 21, 2025, 8:06 PM UTC
The Performance Work Statement (PWS) outlines a federal contract for the provision of portable sanitation stations at Fort Walker, Virginia, where U.S. Army training courses are conducted quarterly. The contract will serve as an Indefinite Delivery Indefinite Quantity (IDIQ) vehicle with firm fixed-price orders. The contractor is responsible for delivering and servicing four portable toilets and two handwashing stations, including restocking supplies and cleaning services once a week. Specific requirements include the setup, off-loading, and securing of facilities, adhering to training schedules, and coordinating with Range Complex Management. Work is restricted to weekdays between 0700 and 1600, with clear instructions to maintain security at all access points. The contract period spans five years from the date of award, potentially extending to other locations in Virginia as needed. This document exemplifies federal procurement processes tailored for service contracts that support military training facilities, ensuring safety, sanitation, and operational efficiency.
Apr 21, 2025, 8:06 PM UTC
The ELIN Pricelist for Ft Walker Sanitation Services outlines the available sanitation service products for two distinct ordering periods. For Ordering Period One, the listings include portable toilets (A001), handwash stations (A002), cleaning services (A003), and other sanitation services or locations (A004). The second ordering period maintains the same structure with corresponding ELINs for versatile sanitation solutions, offering items such as portable toilets (B001) and handwash stations (B002), alongside cleaning (B003). Each service is provided in specified units, either each (EA) for individual items or as a lot (LOT) for cleaning services. This document serves to not only list available sanitation options but also to facilitate procurement processes within federal and state/local RFP frameworks, ensuring access to essential facilities for events or public projects. The summary highlights that the pricelist’s purpose is to standardize ordering and provide clear pricing for various sanitation services necessary for maintaining hygiene in public spaces.
Apr 21, 2025, 8:06 PM UTC
The document outlines Wage Determination No. 2015-4313 under the Service Contract Act (SCA), detailing minimum wage and fringe benefit requirements for federal contracts in Virginia. It states that contracts from January 30, 2022, onwards must pay covered workers at least $17.75 per hour under Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour under Executive Order 13658, unless a higher wage determination applies. The file lists detailed wage rates for various occupations, including administrative support, automotive service, and health occupations. Additionally, it outlines fringe benefits such as health and welfare payments, vacation time, and paid holidays. Specific provisions apply to uniform allowances and the conformance process for any unlisted job classes. The document's purpose is to inform contractors of their obligations regarding employee compensation under federal contracts, ensuring compliance with labor standards and promoting fair pay practices in government contracting. Overall, it emphasizes worker protection and the necessity for contractors to provide specified benefits as part of service contracts.
Apr 21, 2025, 8:06 PM UTC
The document outlines a solicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to procure quarterly portable sanitation services specifically for FT WALKER from the Naval Special Warfare Command. The contract, numbered H9224025QE003, has a minimum guarantee of $2,000 and a maximum value ceiling of $75,000. Proposals are to be submitted electronically, with a due date of April 25, 2025, and are evaluated based on the lowest price technically acceptable (LPTA) criteria. Key conditions include compliance with Federal Acquisition Regulations, specific performance standards, and clauses regarding employment laws, payment terms, and contractor obligations. The contractor must describe their technical capability and submit a pricing spreadsheet that reflects all costs associated with performing the requested services. The proposal must also adhere to guidelines for small business initiatives, encouraging participation from disadvantaged groups, including women-owned and veteran-owned businesses. Overall, this solicitation emphasizes collaboration with eligible small business contractors while ensuring the delivery of essential sanitation services through a structured government procurement process.
Apr 21, 2025, 8:06 PM UTC
The Fort Walker Sanitation Services Q&A document addresses various inquiries related to a request for qualifications (RFQ) for portable toilet and sanitation services on Fort Walker. Currently, there is no incumbent contractor; past services were provided by Affordable Sanitation. The contract entails providing four portable toilets and two hand-washing stations on four separate occasions each fiscal year, with service expectations spanning four weeks per event. Although service requests will generally specify needs, security protocols may require contractor personnel to secure long-term base access passes. Proposed locations for potential service include Fort Barfoot and Joint Expeditionary Base Little Creek/Fort Story, although no current contracts exist for these sites. The document outlines that pricing should account for service packages rather than individual items and confirms the existing service model lacks formal contracts, relying on previous arrangements for sanitation during specific events. This RFQ process illustrates procedural requirements for service provision as part of federal and local RFPs, emphasizing the importance of adhering to operational timelines and security stipulations.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
W085 - Rental and Servicing of Portable Toilet and Hand Washing Stations
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking quotes for the rental and servicing of portable toilet and hand washing stations at the US Navy Remote Training Site in Warner Springs, California. This procurement aims to support the Center for Security Forces (CENSECFOR) and includes a firm-fixed-price purchase order with a base year and four option years, plus a potential six-month extension. The services are critical for maintaining hygiene and sanitation standards at training facilities, ensuring operational readiness. Interested vendors must submit their quotes via email to the primary contact, Abbey Taylor, by the specified deadline, with the solicitation number N0018925Q0226 guiding the submission process.
Chemical Toilets and Hand Washing Stations
Buyer not available
The Department of Defense, specifically the United States Marine Corps Regional Contracting Office MCIWEST, is seeking qualified businesses to provide chemical toilet and handwashing station services at various military installations in Southern California, including Marine Corps Base Camp Pendleton and Marine Corps Recruit Depot San Diego. The procurement aims to ensure the continuous delivery, maintenance, and cleanliness of portable sanitation facilities, which are critical for maintaining health and hygiene standards during military operations. Interested parties are required to submit a capabilities statement detailing their experience and methodology by April 30, 2025, at 1500 PDT, to the designated contracting specialists, Gangmung Jung and Piper Yankowiak, via email. This opportunity falls under NAICS code 562991, with a size standard of $9 million.
Non-Sewer Portable Latrines and Handwash Stations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-sewer portable latrines and hand wash stations to support training facilities at the National Training Center (NTC) and surrounding areas of Fort Irwin, California. The contract requires the contractor to deliver, set up, service, relocate, and remove the equipment, ensuring that latrines and hand wash stations are maintained in fully serviceable condition at all times, adhering to specified ratios and environmental standards. This procurement is critical for maintaining functional sanitation facilities that meet military training needs, particularly in the challenging desert terrain of the region. Interested parties must submit their capabilities statements by April 24, 2025, to Theresa Rodriguez and Tamaria R. Baker via email, with the requirement that the contractor must be a Service-Disabled Veteran-Owned Small Business (SDVOSB) and capable of performing at least 50% of the work.
Sanitation Support at Camp Navajo, AZ June 2025
Buyer not available
The Department of Defense, through the Nevada Army National Guard, is soliciting quotes for sanitation support services at Camp Navajo in Bellemont, Arizona, scheduled for June 2025. The procurement involves providing portable sanitation facilities, including restrooms and handwashing stations, for two separate military training events: one for the 240th Engineering Company from June 1-8 and another for the 1864th Medical Company Team from June 17-26. This initiative is crucial for maintaining hygiene and sanitation standards during military operations, ensuring the health and readiness of personnel. Interested small businesses must submit their quotes by April 22, 2025, to Gregory P. Kothman at gregory.p.kothman.civ@army.mil, with a focus on compliance with solicitation requirements and competitive pricing.
FY26 Portable Toilets Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide portable toilet services at Joint Base Charleston (JB CHS) in South Carolina. The procurement involves the delivery, setup, servicing, and maintenance of standard and ADA-compliant portable restrooms across various locations within the base, ensuring compliance with federal health and safety standards. This contract is crucial for maintaining sanitation facilities at military installations, particularly during events and emergencies, and is set aside exclusively for small businesses under NAICS code 562991. Interested vendors must attend a mandatory site visit on April 24, 2025, and submit their quotes electronically by May 8, 2025, to the designated contacts, Patrick Thomas and Terry G. Harrelson, at the provided email addresses.
Portable Latrines and Handwashing Stations
Buyer not available
The Department of Defense, specifically the Oklahoma Army National Guard (OKARNG), is seeking proposals for the provision of portable latrines and handwashing stations at Camp Gruber, Oklahoma. The contract requires the delivery of 53 portable latrines and 28 handwashing stations, along with maintenance and sanitation services to ensure 24-hour accessibility and compliance with health standards. This procurement is critical for maintaining sanitary conditions during military operations and events, emphasizing the importance of public health facilities in support of the Army's mission. Interested contractors must submit their proposals by May 14, 2025, with questions accepted until April 25, 2025. For further inquiries, contact MacKenzie Boyd at mackenzie.a.boyd.civ@army.mil or Ryan Moehle at ryan.moehle@us.af.mil.
180-day Special Time Charter with One 180-day Option
Buyer not available
The Department of Defense, through the Military Sealift Command Norfolk, is issuing a Request for Proposals (RFP N3220525R4069) for a 180-day special time charter of a vessel to support Naval Special Warfare training in Pearl Harbor, HI. The selected contractor will provide a firm-fixed-price contract for a vessel capable of operating for 30 days without resupply, accommodating 25 personnel, and supporting 24/7 operations, including the transport, launch, and recovery of underwater vehicles such as SEAL Delivery Vehicles (SDVs) and Rigid Hull Inflatable Boats (RHIBs). This procurement is critical for ensuring the operational readiness of naval forces and compliance with stringent maintenance and security standards, including cybersecurity requirements. Proposals are due by April 23, 2025, with the contract expected to commence on June 1, 2025, and interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.
W--SHEN - PORTABLE TOILETS
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for portable toilet rental services, including pumping and cleaning, at various locations within Shenandoah National Park in Virginia. The contract will cover a performance period from May 1, 2025, to October 31, 2029, with a base year and four option years, ensuring the provision of sanitary facilities to enhance visitor experience and maintain public health standards in the park. This procurement is particularly significant as it addresses the recurring need for reliable sanitation solutions in a natural setting, emphasizing the importance of cleanliness and accessibility for park visitors. Interested small businesses must submit their quotes electronically by April 23, 2025, and are required to be registered with the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential contractors can contact Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) WATER/WASTEWATER UTILITIES MULITPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NAVFAC SOUTHEAST AREA OF RESPONSIBILITY (AOR)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified small businesses for a Sources Sought Notice regarding an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build and Design-Bid-Build Multiple Award Construction Contract (MACC) for water and wastewater utilities. The contract will encompass new construction, renovation, alteration, demolition, and repairs of various water and wastewater facilities across multiple states, including South Carolina, Georgia, Florida, and others, with an anticipated total value of $249 million over five years. Interested parties must demonstrate relevant experience and bonding capacity, with submissions due by 3:00 PM Eastern Time on May 9th, 2025, to the designated contacts, Marina G. Mote and Matthew Abbott, via email.
N44255-24-R-2500 WEST SOUND BASE OPERATIONS SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is seeking proposals for Base Operations Support Services at Naval Base Kitsap, Washington. This procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at the naval base. Interested contractors should note that the solicitation falls under the NAICS code 561210, focusing on Facilities Support Services, and the PSC code S216, which pertains to housekeeping and facilities operations support. For further inquiries, potential bidders can contact Liliana Sanchez at liliana.m.sanchez.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, with the primary contact number being 360-396-6707.