Ft. Walker Sanitation Services
ID: H9224025QE003Type: Presolicitation
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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Presolicitation
    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.
    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.
    Career Transition Seminar
    Dept Of Defense
    The Naval Special Warfare Command (CNSWC) of the Department of Defense is seeking contractor support for Career Transition Seminars aimed at assisting senior military service members transitioning to civilian careers. The contractor will be responsible for developing and delivering four annual three-day seminars, each accommodating at least 14 service members and optional spouses, focusing on essential skills such as resume building, networking, and interview techniques. This initiative is crucial for facilitating the successful transition of military personnel into civilian roles, ensuring they are equipped with the necessary tools and knowledge. Interested parties should note that the contract is a firm-fixed-price, indefinite-quantity agreement with a five-year performance period, and must submit their proposals by the specified deadlines, with contact inquiries directed to Ashley Helvak-Leslie at ashley.n.helvak-leslie.civ@socom.mil or Kristen Lawrence at kristen.k.lawrence.civ@socom.mil.
    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.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 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.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    Sewage Cleanup Bks 332
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for sewage cleanup services at Building 332 located in Parris Island, South Carolina. The primary objective of this procurement is to address and remediate sewage-related issues within the troop housing facilities, ensuring a safe and sanitary environment for personnel. This cleanup is crucial for maintaining the operational readiness and health standards of military housing. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or by phone at 843-228-2703, or contact Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further details regarding the opportunity.