Field Sanitation Services at Fort Barfoot
ID: W912LQ-25-Q-A008Type: 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 Virginia Army National Guard is soliciting proposals for field sanitation services at Fort Barfoot, Virginia, under a total small business set-aside contract. The procurement aims to provide essential sanitation services, including the rental and maintenance of portable latrines, hand washing stations, and gray water collection tanks, to ensure a sanitary environment for military training personnel from February to June 2025. This initiative underscores the importance of maintaining public health standards within military operations while supporting women-owned small businesses in the contracting process. Interested contractors should submit their quotes by the specified deadline and direct any inquiries to Curtis L. Gardner at curtis.l.gardner6.civ@army.mil, with the total contract value estimated at $9,000,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a government file related to Requests for Proposals (RFPs), federal grants, and state and local initiatives. Though the text is largely garbled or encoded, the overall topic focuses on the procedural framework and compliance requirements for organizations seeking federal or local funding through RFPs and grants. Key points likely include the necessary qualifications, types of projects eligible for funding, evaluation criteria for proposals, and the administrative processes involved. This context highlights the importance of adhering to proper procedures while pursuing funding opportunities, emphasizing accountability, transparency, and the proper allocation of resources. The text underscores the strategic significance of these funding mechanisms in facilitating local and federal project implementations, although specific supporting details remain obscured due to the file's encoding issues. Overall, the document serves as a guideline for potential applicants, directing them toward understanding and navigating the complexities of government funding applications effectively.
    The document is a complex compilation of federal and state/local Requests for Proposals (RFPs) and grant information, potentially relating to environmental assessments, facility upgrades, or public health projects. It emphasizes the importance of compliance with regulations and proper risk management when undertaking construction or refurbishment projects. Key considerations mentioned include assessments for potential hazardous materials, ensuring safety measures are in place, and detailed collaboration among multiple trades during project execution. The overarching theme aligns with governmental commitments to maintain safety standards while modernizing infrastructure, managing risks, and adhering to existing legal frameworks. Overall, the document serves as a crucial guideline for agencies and contractors in navigating the intricacies of public funding and compliance requirements in project management.
    The document appears to involve federal and state/local Request for Proposals (RFPs) and grants, although its content is largely garbled and unreadable due to formatting issues. Based on the discernible fragments, it seems to reference key topics related to program requirements and compliance measures for funding applications. Vital areas likely include project scope, regulations, and appropriations relevant to prospective contractors and grant applicants. Given the context of government RFPs and grants, this document likely serves as a guideline or informational resource for entities looking to participate in federally or state-funded projects. Such documents typically outline eligibility criteria, submission processes, and evaluation standards essential for securing government funding. The fragmented nature and encoding errors, however, significantly diminish the clarity of its content, making it difficult to extract specific details or actionable insights. To summarize, despite the corruption of the text, the purpose of such a document would be to communicate vital information about government contracting and grant opportunities necessary for compliance and effective proposal preparation within a structured framework. The focus is on transparency and adherence to federal and state standards.
    The document appears to involve a compilation of government-related proposals and guidelines concerning federal and state/local Requests for Proposals (RFPs) and grants. It emphasizes adherence to regulatory standards and details processes necessary for compliance, including assessment of resources and management of applications. Key points include a focus on how government entities require submissions for project funding and proposals, ensuring a thorough evaluation process is established. The document likely discusses specific practices that applicants should follow, such as providing accurate and complete information within their submissions, outlining financial strategies, and adherence to programmatic requirements. Moreover, it stresses the importance of continuity in processes across different levels of government, emphasizing collaboration between federal and local agencies to optimize resource utilization. The document aims to facilitate a clearer understanding of expectations and requirements for submitting successful proposals. Overall, it serves as a guide for organizations seeking government funding and illustrates procedural frameworks necessary for adherence to the applicable statutes and guidelines.
    The government file pertains to federal, state, and local Requests for Proposals (RFPs) and grants, which are essential frameworks for facilitating opportunities among government entities and potential contractors. It outlines structured processes for proposals to ensure compliance with regulations while addressing government needs in specific areas. Key elements include eligibility criteria for applicants, evaluation methods for proposals, and guidelines for budget and project implementation. The file emphasizes transparency in the grant process through detailed instructions, allowing stakeholders to understand the requirements clearly. It stresses the importance of adhering to deadlines and maintaining effective communication between applicants and government representatives. The risks associated with non-compliance are also highlighted, underlining the necessity for diligence in proposal preparation. The file serves as a critical resource for organizations seeking government funding and support for various initiatives, ensuring they are aware of procedural requirements and expectations. Overall, it aims to promote effective project management and foster partnerships between the government and contractors by outlining a systematic approach to securing funding and executing projects successfully.
    The document appears to be a complex and corrupted compilation of data regarding federal RFPs (Requests for Proposals), federal grants, and related state and local RFPs. Despite the degradation of the text, the file likely aims to outline priorities, potential funding opportunities, and the procedural guidelines for various government-related initiatives. Key topics probably include the eligibility criteria for grant applications, the procedural requirements for submitting RFPs, deadlines for funding opportunities, and the types of projects that qualify for federal and state support. Supporting details might touch upon administrative processes, coordination mechanisms among different governmental levels, and compliance with regulatory standards. Although fragmented, the essence points to the importance of structured governmental funding and assistance programs vital for community development and public service projects. The document underlines the government's commitment to transparency and accessibility in providing financial support for eligible entities, intending to foster innovation and improvement in public sector services.
    The Performance Work Statement (PWS) outlines the requirements for Field Sanitation Services at Fort Barfoot, Virginia, by the Virginia Army National Guard from February 6 to June 27, 2025. The contractor is responsible for providing necessary personnel, equipment, and quality control to ensure a sanitary environment for training personnel. Key services include delivering and managing portable latrines, hand washing stations, gray water tanks, and mobile laundry units. The contractor must adhere to installation security regulations and ensure their staff completes required training on security and antiterrorism. Performance will be monitored via a Quality Assurance Surveillance Plan, focusing on timeliness and service quality, with specific service schedules detailed in accompanying technical exhibits. Disposability of waste is a significant factor, requiring coordination with local services. The document emphasizes the commitment to complying with federal acquisition regulations and maintaining proper safety and security measures throughout the duration of the contract. This initiative reflects a broader government aim to provide essential support for military training activities while ensuring environmental and public health standards are met.
    The Women-Owned Small Business (WOSB) solicitation document pertains to a federal request for field sanitation services at Fort Barfoot, Virginia, issued by the Virginia Army National Guard. With a total awarded amount of $9,000,000, the request covers the rental and maintenance of portable latrines, hand washing stations, gray water collection tanks, and related services. The document outlines specific requirements, including detailed schedules for delivery and performance from February to June 2025, with multiple line items for various sanitation equipment. Key points include the need to create a sanitary environment for training personnel and the engagement of women-owned businesses for the contract. The solicitation incorporates numerous Federal Acquisition Regulation (FAR) clauses, ensuring compliance with government procurement standards. The primary objective is to enhance operational capability through the provision of essential sanitation services, fostering a cleaner and safer training infrastructure. This contract emphasizes federal support for women-owned small businesses and sustainable operational environments within military training contexts.
    The document outlines Wage Determination No. 2015-4323 issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates and fringe benefits for various occupations in Virginia's designated counties. Contracts must adhere to Executive Order 14026, mandating a minimum wage of at least $17.75 per hour for contracts entered into or renewed after January 30, 2022, or $13.30 per hour for earlier contracts. The determination lists specific job titles, corresponding wage rates, and detailed requirements for additional classifications. Key points include mandatory health and welfare benefits, vacation and holiday allowances, and provisions for contractors regarding uniform expenses and hazardous duty pay. Also highlighted is the conformance process for unlisted job classifications, allowing contractors to seek approvals for wage rates that compare for unclassified occupations. Overall, this wage determination facilitates compliance with labor standards in government contracts, ensuring fair compensation for workers while detailing necessary contractor obligations under federal law.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.
    FY26 Class 1 Rations (VANG)
    Dept Of Defense
    The Virginia Army National Guard (VAARNG) is preparing to issue a Request for Quote (RFQ) for the procurement of raw subsistence and rations to support various training activities throughout the Commonwealth of Virginia. This contract will require the selected vendor to provide all necessary personnel, equipment, tools, materials, and supervision for the delivery of meal kits and subsistence items, which will be awarded as a single-award Indefinite Delivery Contract (IDC) with specific delivery orders issued during the contract's duration. The procurement is classified under NAICS code 311991 for Perishable Prepared Food Manufacturing and is open to both large and small businesses. Interested vendors should note that the RFQ is expected to be posted on the System for Award Management (SAM) website around November 19, 2025, with quotes due by December 19, 2025. For further inquiries, vendors can contact David A. Pickard at david.a.pickard.civ@army.mil.
    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.
    Base Operations Support Services, Rivanna Station, Virginia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Base Operations Support Services at Rivanna Station in Charlottesville, Virginia. The procurement encompasses a wide range of services, including custodial work, waste management, grounds maintenance, snow and ice removal, and facilities maintenance, all aimed at ensuring the efficient operation and upkeep of the military installation. These services are critical for maintaining the functionality and safety of the base, supporting both daily operations and special events. Interested contractors should direct inquiries to Marsh Hopkins at marsh.hopkins.civ@army.mil, with proposals due by January 30, 2026, at 11:00 AM local time, and the estimated contract value is approximately $7.7 million.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.