Portable Latrines
ID: FA460825QS011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, 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 Air Force, is soliciting quotes for the provision of portable latrines at Barksdale Air Force Base in Louisiana. The contract requires the delivery of 120 standard portable restroom units, 25 ADA-compliant units, and 20 handwashing stations for a three-day open house event scheduled for March 28-30, 2025. These sanitation services are crucial for ensuring hygiene and accessibility during the event, reflecting the government's commitment to operational efficiency and compliance with federal regulations. Interested small businesses must submit their quotes electronically by February 4, 2025, and direct any inquiries to Ethan Hamilton at ethan.hamilton@us.af.mil or Sheronda Stewart at sheronda.stewart.1@us.af.mil.

    Files
    Title
    Posted
    The Department of the Air Force has issued Amendment 01 to Solicitation FA460825QS011 regarding portable latrines. This amendment addresses contractor inquiries and includes a map indicating potential placement for the units, though it is subject to change. Key points from the responses include the preference for uniform color in portable units, the provision of specific quantities and types of restrooms for events, and service expectations related to cleaning and restocking. Handwashing stations will suffice for hygiene without requiring sinks or hand sanitizers within the units. Pricing should be bundled yet itemized for clarity. Additionally, the cleaning schedule for the airshow days on March 29 and 30 is outlined. Provisions for water refills for service trucks are also detailed. The contact for further questions is SrA Ethan Hamilton. This document serves to clarify the requirements and expectations for vendors participating in the RFP, ensuring compliance with service needs during key events at Barksdale Air Force Base.
    The document outlines a Combined Synopsis/Solicitation for commercial services under solicitation number FA460825QS011, adhering to the Federal Acquisition Regulation (FAR). It invites offerors to submit quotes for providing portable restroom units and handwashing stations at Hoban Hall, specifying requirements for 120 regular units, 25 ADA-compliant units, and 20 fresh water sink stations. Offerors must be registered with the System for Award Management (SAM) and submit electronic quotes by a specified deadline. Evaluation criteria include price and technical plans, with emphasis on offeror's ability to meet service needs, timely delivery, and thorough cleaning/sanitization protocols. The evaluation process ranks quotes based on completeness and compliance, with a focus on fairness and reasonableness. Key clauses mandated by FAR include compliance with various federal laws regarding labor standards and contractor responsibilities. The document also highlights an ombudsman to address concerns related to the solicitation process. Overall, this solicitation aims to secure essential sanitation services while ensuring compliance with legal and operational standards for government contracts.
    The Performance Work Statement outlines the requirements for providing portable latrine services for a 3-day open house event at Barksdale AFB, LA, scheduled for March 28-30, 2025. The contractor is tasked with delivering 120 standard portable units, 25 ADA-compliant units, and 20 handwashing stations to specific locations on base. The setup must be completed by March 28, and units need to be fully stocked and serviced multiple times during the event. Emergency protocols require a technician on-site and a pumping truck available throughout the event. Additionally, contractors must obtain base access passes and comply with local, state, and federal regulations. The purpose of this document is to arrange for necessary sanitation services while ensuring compliance with security and operational protocols in a government context. Payment for services rendered will be facilitated through the Wide Area Work Flow system.
    The U.S. Department of Labor issued Wage Determination No. 2015-5191, which outlines minimum wage rates and fringe benefit requirements for contractors under the Service Contract Act in Louisiana. Effective from January 30, 2022, contractors must pay covered employees at least $17.75 per hour, or $13.30 for contracts awarded prior to this date, depending on the contract terms. This document categorizes various occupations, detailing the corresponding wage rates, which vary per job classification, including administrative, automotive service, food preparation, healthcare, and technical occupations. The determination also outlines benefits such as health and welfare, paid sick leave under Executive Order 13706, vacations, and holidays, which contractors must comply with. Specific exceptions and rules for occupations like computer employees and air traffic controllers are noted, along with a conformance process for any unlisted classifications. The wage rates will be adjusted annually, reaffirming the commitment to worker protections and adherence to regulatory standards in federal contracting.
    The government document outlines categorization of various items or subjects related to a possible Request for Proposals (RFP) and may pertain to grant eligibility as relevant to federal, state, and local entities. It includes a series of numeric counts indicating classifications such as "normal," "handicap," and "wash," which appear to represent specific designations or specifications relevant to the items listed. The document is structured with different categories labeled by identifiers (e.g., C-5, B-2) followed by counts of each classification. The text also reveals a tally of items, including a section named "LOST & FOUND KIDS" and various entities like "Aries Coffee," reflecting a focus on operational efficiency, compliance considerations, and resource allocation. The comprehensive statistics suggest a thorough evaluation of the items being requested or categorized, indicating a focus on accessibility and suitability according to possibly mandated guidelines. By providing a clear numerical breakdown, the document aims to facilitate decision-making processes related to procurement or funding applications, ensuring alignment with government priorities and regulations surrounding accessibility and resource management.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force, specifically the Air Force Global Strike Command, for the provision of portable sanitation units at Hoban Hall. The RFQ is designated for 100% small business participation and requires the contractor to supply 120 regular portable toilets, 25 ADA-compliant units, and 20 hand wash stations, all adhering to a uniform size and color. The period of performance for this contract is from March 28 to March 30, 2025, but award conditions stipulate that no contract will be made until funds are available. Interested vendors are encouraged to submit their quotes via email by February 4, 2025, with questions due by January 31, 2025. The selection process will be based on price and technical evaluation to determine the best value. The document also outlines relevant procedural provisions and includes contact information for the contract specialist and contracting officer, providing clarity on communication channels for bidders. Overall, this RFQ reflects the government's commitment to engaging small businesses in fulfilling its service requirements while ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Portable Latrines
    Currently viewing
    Solicitation
    Similar Opportunities
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    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.
    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.
    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.
    Emergency Sewage Pumps
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for emergency sewage pumps to be utilized at Barksdale Air Force Base in Louisiana. This contract aims to acquire sewage treatment equipment, which is critical for maintaining sanitation and operational readiness in emergency situations. The procurement is justified under the need for reliable sewage management systems, ensuring the base can effectively respond to potential crises. Interested vendors can reach out to Marcus Olearnick at marcus.olearnick@us.af.mil or by phone at 318-456-2202, or contact MSgt Randy McGinnis at randy.mcginnis@us.af.mil or 318-456-1353 for further details.
    W085--534-26-1-5682-0002 / ADA 3 Stall Restroom Trailer Albemarle Parking Lot (VA-26-00007827) / (VA-26-00018355)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide an ADA-compliant three-stall restroom trailer for the Ralph H. Johnson VA Medical Center in Charleston, SC. The procurement includes the furnishing, installation, and maintenance of the restroom trailer, which must meet specific dimensions and utility requirements, along with weekly waste removal and bi-weekly janitorial services. This service is crucial for ensuring accessible restroom facilities for veterans and visitors, enhancing the overall experience at the medical center. Interested vendors should note that the offer due date is December 9, 2025, and can contact Contracting Officer Don Grier at Don.Grier@va.gov for further information.
    633 CES Refurbish 3 Pumps in Main Lift Station
    Buyer not available
    The Department of Defense, through the 633rd Contracting Squadron at Langley Air Force Base, is soliciting quotes for the refurbishment of three pumps in the Main Lift Station. The project aims to restore full operational capacity to the sewage lift station, which currently has only one of its three pumps functioning, by providing comprehensive diagnostic testing and necessary repairs or replacements. This procurement is critical for maintaining effective waste management services at the facility, ensuring compliance with environmental standards and operational efficiency. Quotes are due by 4:30 PM Eastern Time on December 8, 2025, and must be submitted via email to the primary contacts, Vanity Wright and Emoni Bright. Interested contractors must be registered with SAM.gov and adhere to the outlined requirements, including wage determinations and safety protocols.
    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.
    Base and Medical Laundry Services -Qatar and Saudi Arabia
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Announcement to identify potential sources for Laundry and Dry-Cleaning services in Qatar and Saudi Arabia. The procurement aims to secure comprehensive laundry services, including the handling of contaminated medical linen, with a focus on quality control, transportation methods, and compliance with health and safety standards. This opportunity is critical for maintaining hygiene and operational readiness in military settings, with an estimated monthly workload of approximately 50,776 units, peaking at 58,562 units. Interested parties must submit their capability statements and responses to specific questions by 12:00 PM Arabian Standard Time on November 14, 2025, to SrA Dominique Henry at dominique.henry.1@us.af.mil.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.