Shower & Laundry Trailers - Fort Irwin, CA
ID: W911SA25QA113Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, 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 Army, is seeking proposals from qualified small businesses to provide shower and laundry trailer services at Fort Irwin, California. The procurement involves delivering and maintaining four shower trailers and two laundry trailers to support training events for the 84th Training Command, with a total award amount of $9 million. This service is crucial for ensuring the hygiene and comfort of military personnel during training exercises, reflecting the government's commitment to operational readiness. Interested contractors must submit their quotes and proposals by the specified deadlines, and for further inquiries, they can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The NTC Shower and Laundry Trailer Services Performance Work Statement (PWS) outlines a non-personal services contract for the provision of shower and laundry trailers to support training events for the 84th Training Command at Fort Irwin, CA, between May 25 and June 15, 2025. The contractor is responsible for all aspects of service delivery, including providing personnel, equipment, and maintenance. A total of four shower trailers and two laundry trailers will be operational at any time, and compliance with a quality control plan is mandatory. Key responsibilities include the delivery of potable water and the removal of gray water while adhering to local, state, and federal regulations. The contractor must ensure the trailers are cleaned daily and maintained according to performance standards. The document also governs the contractor's operations, including personnel qualifications, safety training, and performance accountability through corrective action protocols for non-conforming services. Overall, this PWS emphasizes the importance of maintaining service quality and meeting the specific operational needs of military personnel, facilitating collective training readiness while complying with federal contracting regulations. The contract structure underscores accountability, flexibility, and strict adherence to regulatory and performance standards throughout the contract duration.
    The document outlines the contract requirements package for antiterrorism (AT) and operations security (OPSEC) reviews within U.S. Army contracting procedures. It mandates that all requirements packages, except for certain supply contracts, include a signed AT/OPSEC coversheet. Each package must undergo mandatory reviews by the organizational antiterrorism officer (ATO) and an OPSEC officer. Standard contract provisions related to security and training for contractors operating in Army-controlled areas are defined, including requirements for AT Level 1 training, access control, and OPSEC programs. Training and compliance measures are emphasized, including contractor personnel's registration in the Army Training Certification Tracking System and adherence to regulations for handling classified information. The document underscores the importance of a structured approach to security through predefined clauses and training provisions, ensuring contractor readiness and compliance with federal safety standards. Overall, this serves as a comprehensive guideline to integrate antiterrorism measures into contracting practices for federal and state solicitations.
    The document outlines performance requirements for contractors providing shower and laundry trailers for a federal government contract. It specifies the minimum equipment standards, including functionalities like providing hot and cold water, appropriate drainage systems, and power generation capabilities. Key performance objectives define inspection standards, with a 100% compliance threshold for trailer operations and a 95% threshold for delivery and maintenance services. Contractors must also ensure the timely delivery and set-up of equipment and manage potable water delivery and gray water removal, adhering to all regulatory requirements. Incentives for compliance include positive narratives in performance evaluations, while non-compliance may lead to corrective actions and potential payment reductions. Overall, the document emphasizes quality, safety, and operational efficiency, reflecting the government's commitment to maintaining high service standards for deployed personnel or facilities.
    The document outlines the deliverables schedule associated with a government contract, detailing specific requirements for maintaining proper documentation and training certifications. Key deliverables include the California Business License, key personnel notifications, and various training certificates, such as AT Level I, iWatch, and OPSEC Awareness training, all of which must be submitted via email to the Contracting Officer Representative (COR) two calendar days prior to the contract's performance start date or within specific timeframes outlined. Additionally, it mandates the submission of invoices through the Wide Area Workflow (WAWF) at the contract's end and a log of services conducted during the contract. An itemized list of equipment used must be provided five days prior to the performance period. The structured format emphasizes timely communication and compliance with training and reporting requirements throughout the contract lifecycle, aligning with federal and local guidelines to ensure transparency and accountability in government contracts.
    The document provides a Wage Determination Log for Fort Irwin, located in San Bernardino County, California. It lists the relevant Wage Determination Number 2015-5629, along with the Facility ID Number and a revision date of December 22, 2024. For comprehensive and detailed wage determination information, it directs users to search the specified wage determination number on the official site at sam.gov. This log is a crucial component for ensuring compliance with labor standards for federal contracts, particularly in relation to service workers’ wages, thereby aligning with the broader context of government RFPs and grants which mandate adherence to prevailing wage laws. The document serves as a reference point for contractors engaging in bids that require compliance with federal wage regulations.
    The document outlines a solicitation for commercial products and services specifically targeting Women-Owned Small Businesses (WOSB), focusing on providing Shower and Laundry Trailer Packages for Fort Irwin, California. The acquisition includes labor, transportation, equipment, and supervision necessary for installation and operation, with a total award amount of $9 million. The solicitation emphasizes compliance with various federal requirements, standards, and assurance of insurance coverage. It specifies bidding procedures, deadlines for submission, and evaluation criteria, reinforcing the focus on small and disadvantaged business engagement. Additionally, contractors must comply with laws governing subcontracting opportunities and reporting mandates. Required documentation includes quotes, proposals, and essential certifications for successful bid submission. The solicitation underscores a commitment to inclusiveness in federal contracting while ensuring adherence to high performance standards and operational guidelines throughout the contract's duration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Latrines, Showers, and Hand Washing Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide portable latrines, showers, and hand washing stations at Fort Knox, Kentucky. The procurement aims to establish a reliable sanitation service that includes the rental, servicing, and waste disposal of portable sanitation facilities, ensuring compliance with safety and quality standards. This contract, valued at $9,000,000, is set aside for small businesses, particularly women-owned small businesses, reflecting the government's commitment to enhancing sanitary conditions in military operations. Interested vendors should contact Kristy Mattingly at kristy.n.mattingly.civ@army.mil or 502-624-1493 for further details and adhere to submission guidelines by the specified deadline.
    84--FIELD SHOWER,PORTAB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of portable field showers. This solicitation is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 guidelines, emphasizing the government's commitment to supporting small business participation in federal contracting. The portable field showers are essential for providing hygiene facilities in various operational environments, ensuring the well-being of military personnel. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS website. The solicitation is currently open, and potential bidders are encouraged to review the requirements and submit their proposals accordingly.
    Long Beach, CA Sanitation Port Operations
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) to provide sanitation support services at the Port of Long Beach, California. The contract encompasses the rental and maintenance of portable sanitation facilities, including latrines, handwash stations, shower trailers, and laundry services, required for a three-week period from May 25 to June 15, 2025. This procurement is crucial for ensuring public health and hygiene standards during military training events, with a total estimated contract value of $9 million. Interested contractors must submit their bids by the specified deadlines and can direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil.
    Laundry Services for U.S. Moorings and Dredges
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Portland District, is soliciting proposals for laundry services for U.S. Moorings and Dredges under Solicitation W9127N25Q0012. The contract, which is a total small business set-aside, encompasses a base year plus four optional renewal years, requiring the contractor to provide laundering services for employee garments and bedding aboard the Dredge Essayons and Dredge Yaquina, while adhering to safety regulations and performance standards. This initiative is crucial for maintaining hygiene and safety in hazardous work environments, ensuring compliance with federal regulations and operational efficiency. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotes by March 17, 2025; for further inquiries, they can contact Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil.
    Reefer Truck Rental NTC 25-07
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide ten (10) twenty-foot reefer trucks for use at the National Training Center (NTC) in Fort Irwin, California, from April 9 to May 22, 2025. The trucks must be operational, compliant with safety and environmental regulations, and equipped with necessary safety features, including fire extinguishers, while ensuring they can withstand the local terrain and climate conditions. This procurement is crucial for supporting military training operations, emphasizing the importance of reliable transportation for logistical needs. Interested contractors must submit their quotations, demonstrating technical capability and compliance with the Performance Work Statement, by contacting Matthew Altenberg at matthew.l.altenberg.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil, with the contract being a Total Small Business Set-Aside under FAR 19.5.
    4x4 Trucks NTC 25-07
    Buyer not available
    The Department of Defense, specifically the U.S. Army's 2nd Brigade Combat Team, is seeking proposals for the rental of six 4x4 extended cab pickup trucks to support operations during the National Training Center Rotation 25-07 at Fort Irwin, California. The vehicles must meet specific criteria, including automatic transmission, seating for five passengers, and compliance with safety and environmental regulations, ensuring they are fully operational and capable of withstanding the local terrain and climate. This procurement is crucial for maintaining operational readiness and efficiency during military training exercises. Interested vendors, particularly small businesses, should submit their proposals in accordance with FAR guidelines, and can contact Matthew Altenberg at matthew.l.altenberg.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    Consolidated Laundry Services - Combine Synopsis/Solicitation
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified contractors to provide consolidated laundry services at Edwards Air Force Base and Air Force Plant 42 in California. The contract, identified as FA9301-25-Q-0007, encompasses the weekly rental and laundering of protective clothing, uniforms, shop towels, and linens for various mission partners, with a total budget ceiling of $1,999,999 over a five-year period from March 23, 2025, to March 22, 2030. This procurement is critical for maintaining operational readiness and safety standards within the Air Force, ensuring that personnel are equipped with clean and compliant attire. Interested contractors must submit their quotes by March 18, 2025, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Paola Diaz at paola.diaz.1@us.af.mil.
    Portable Toilets and Hand Washing Station for March ARB FY25 Air Show
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide portable toilets and hand-washing stations for the Southern California Airshow at March Air Reserve Base (ARB) in California, scheduled for April 11-13, 2025. The contract, identified as FA466425Q0006, requires the delivery and installation of these facilities by April 10, 2025, to designated locations on the base, ensuring adequate sanitation for attendees and participants during the event. This procurement is crucial for maintaining public health and safety standards at a significant public gathering, with an estimated total award amount of $9,000,000. Interested vendors must register on SAM.gov and can contact Mack Kelley at mack.kelley.1@us.af.mil or Jon Aaron at jon.aaron@us.af.mil for further details.
    Tent Rental Services for Long Beach, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide tent rental services in Long Beach, California, for a contract period from May 25 to June 15, 2025. The procurement involves supplying, setting up, maintaining, and dismantling large and medium tent structures to accommodate approximately 600 soldiers during training events, ensuring compliance with safety, quality, and environmental regulations. This contract is crucial for supporting military training operations and enhancing overall readiness, with a total award amount of $12.5 million aimed at small business classifications, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. Interested parties must submit their bids electronically to Breanna Huff by March 28, 2025, and adhere to specified performance and compliance standards outlined in the associated documents.
    15 passenger vans.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15 passenger vans to support military operations at Fort Irwin, California. The contract requires the delivery of operational vehicles suitable for various terrains, equipped with essential safety features, from April 9 to May 25, 2025, with specific maintenance obligations and delivery timelines outlined in the Statement of Work. These vans will be utilized to transport soldiers during their National Training Center rotation, highlighting their importance in ensuring efficient movement and logistics. Interested contractors, particularly those classified as Women-Owned Small Businesses, must submit their quotes by March 24, 2025, and can contact SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further information.