Barksdale AFB Portable Latrines
ID: FA460825QS020Type: 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 proposals for the rental and servicing of portable chemical latrines at Barksdale Air Force Base in Louisiana. The contractor will be responsible for maintaining 36 latrines, with a servicing schedule that includes weekly and biweekly cleanings, as well as additional services for special events, all while adhering to local, state, and federal regulations. This contract is crucial for ensuring proper sanitation facilities and operational readiness, emphasizing safety, sanitation, and customer service. Interested small businesses must submit electronic quotes by May 19, 2025, following an inquiry period that ends on May 7, 2025, and can contact Shanecer Johnson or Thomas Hutchins for further information.

    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the rental and servicing of portable chemical latrines at Barksdale Air Force Base. It mandates that the contractor adhere to local, state, and federal regulations while ensuring safety and sanitation standards. Features of the latrines include cleanliness, adequate dimensions for individual use, essential fixtures (toilet, urinal, hand sanitizer), and proper maintenance. The latrines must be identifiable with specific signage and numbering. Service requirements encompass routine maintenance, supply replenishment, waste pumping, and cleaning. The contractor must also provide additional service cleanings upon request. The SOW stresses communication, with the contractor required to maintain a serviceable vehicle and respond to service requests swiftly. Government responsibilities are detailed, including providing a waste disposal station and necessary training for contractor personnel, particularly for airfield access. Security protocols, vehicle identification, and record management obligations are specified to ensure compliance. The document serves as a framework for a government RFP, emphasizing the importance of contractor performance metrics to meet service delivery expectations and maintain operational readiness during crises. Overall, it reflects the commitment to providing proper sanitation facilities while adhering to operational and regulatory requirements.
    The document outlines a schedule of services provided at various facilities, primarily focused on specific locations and activities conducted on designated weekdays, notably Thursdays and Mondays. Facilities include loading docks, parks, a skeet range, a dog park, and water and waste shops, indicating a diverse range of services catered to public and recreational needs. The scheduling appears consistent, with multiple locations listed for services on the same day, emphasizing the organizational structure in managing community resources. The information could be utilized in response to federal or state RFPs, where clarity in service provision and facility management is essential, particularly in securing funding or support for these community services. This summary reflects a systematic arrangement of facilities and their designated service days, addressing the overarching goal of facilitating community engagement and infrastructure management through organized federal and local initiatives.
    TheCombined Synopsis/Solicitation (FA460825QS020) outlines the requirements for vendors to provide portable chemical latrines and their servicing. This Request for Quotation (RFQ) under Simplified Acquisition Procedures mandates that participants register in the System for Award Management (SAM) and submit electronic quotes to designated contract officials by the specified deadline. Quotes must include a Technical Plan addressing compliance with regulations and options for anchoring latrines in challenging locations. Evaluation of quotes will consider price and technical capabilities, where the lowest priced quotes undergo a detailed technical assessment. The government retains the right to reject proposals needing extensive revisions. The solicitation includes a range of contract provisions related to compliance with laws, payment terms, and service standards, emphasizing small business participation and adherence to federal regulations. Additionally, it features clauses on health and safety requirements, access to Air Force installations, and the prohibition of certain substances to ensure safety and environmental compliance. The RFQ underscores the importance of both cost-effectiveness and technical adequacy in fulfilling government service needs, promoting small business involvement while ensuring robust compliance with relevant statutes.
    The document outlines a contract for the provision and servicing of 36 latrines over multiple years, in accordance with a specified Statement of Work. The contractor is responsible for servicing 21 latrines weekly and 15 latrines biweekly, totaling 51 latrine services each week. Additionally, the contractor is to perform extra cleaning tasks as needed throughout the year in response to increased activities or special events. The Contracting Officer Representative (COR) will notify the contractor regarding the latrines requiring additional servicing, which must be addressed within a 24-hour timeframe. Importantly, payment to the contractor is contingent upon the actual work performed as requested by the COR. Overall, the document emphasizes the service expectations and the payment structure tied to the completion of designated tasks, consistent with the standards for federal and state/local Requests for Proposals (RFPs) and contracts.
    The document outlines the Wage Determination No. 2015-5191 under the Service Contract Act by the U.S. Department of Labor, effective for contracts in specified Louisiana parishes. It mandates minimum wage rates for various occupations based on contract dates, referencing Executive Orders 14026 and 13658, with an annual adjustment expected. Contractors must pay at least $17.75 per hour for contracts initiated or extended after January 30, 2022, and $13.30 for contracts issued between January 1, 2015, and January 29, 2022. The document specifies wages and fringe benefits for numerous job classifications, such as administrative, automotive, food service, healthcare, and technical positions, detailing pay rates and benefits eligibility. Key benefits include health and welfare compensation and mandated paid sick leave under Executive Order 13706. Additionally, it outlines procedures for classifying unlisted job titles through conformance requests, emphasizing compliance with wage and hour regulations. This wage determination plays a significant role in ensuring fair pay practices for workers under federal contracts, aligning with RFPs and grant requirements.
    This document is a combined synopsis/solicitation for providing portable chemical latrines at Barksdale Air Force Base, Louisiana, issued by the Department of the Air Force under solicitation number FA460825QS020. It is a Request for Quotation (RFQ) set aside for 100% small businesses, with a NAICS code of 562991 and a small business size standard of $9 million. The chosen contractor will fulfill rental and service requirements for 36 latrines, with a weekly servicing schedule - 21 serviced weekly and 15 serviced bi-weekly, totaling 51 servicing instances per week. Additional services will also be required for special events, with a 24-hour response time mandated. The contract spans a base period from October 1, 2025, to September 30, 2026, with options for four additional years. Organizations must submit electronic quotes by May 19, 2025, after an inquiry period concluding on May 7, 2025. The award will prioritize price and technical capability to ensure best value for the government. Vendors interested in participating must adhere to the guidelines outlined in the document, including provisions for electronic invoicing and compliance with various regulations. Contact points for additional information are provided within the solicitation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Portable Toilets - PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet services under RFQ FA441826Q00042, specifically for the PALMETTO REACH project at Saipan International Airport and Palau International Airport. The procurement requires the delivery and installation of four portable toilets and two handwashing stations at each airport, with services including twice-weekly cleaning and maintenance, all to be operational by January 14, 2026. This contract is a 100% Small Business Set-Aside, emphasizing the importance of providing essential sanitation services for the upcoming project, with a focus on compliance with safety and operational standards. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to SrA Levi Mowrey at levi.mowrey@us.af.mil or by phone at 843-963-5857.
    Emergency Sewage Pumps
    Dept Of Defense
    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.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    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.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    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.
    Custodial Service Starbase San Luis Obispo
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at the STARBASE San Luis Obispo facility in California. The contract requires the contractor to provide all necessary personnel, equipment, supplies, and management to maintain cleanliness and safety standards in buildings 706 and 703, with services including routine cleaning three times a week and compliance with an annual cleaning schedule. This procurement is a total small business set-aside, with a solicitation number W912LA26QA100, and quotes are due by January 16, 2026, at 10:00 AM PST. Interested vendors should contact Thomas R. Lamont at thomas.r.lamont3.civ@army.mil for further details and to obtain the necessary attachments for submission.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.