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, through the Department of the Army, is seeking proposals from qualified vendors for the provision of shower and laundry trailer services at Fort Irwin, California. This procurement aims to support military training events by supplying necessary equipment, including four shower trailers and two laundry trailers, along with associated labor, transportation, and maintenance services. The total award amount for this contract is set at $9 million, emphasizing the importance of compliance with federal standards and performance requirements to ensure high-quality service delivery. Interested vendors, particularly small businesses, must submit their quotes by the specified deadline and can direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a contract aimed at procuring Shower and Laundry Trailers for military use at Fort Irwin, California. The contract, bearing the requisition number W911SA25QA1130001, is set to occur under simplified acquisition procedures, allowing for a total award amount of USD 9,000,000. It emphasizes the responsibilities of the contractor, including providing all necessary labor, materials, and equipment to meet specified performance standards. Key tasks include ensuring an adequate number of shower heads and laundry facilities in accordance with the outlined requirements. The document also details compliance with federal regulations, the necessity for insurance, and conditions for performance evaluations through the Contractor Performance Assessment Reports System (CPARS). Moreover, it mandates the submission of quotes by a specified date and outlines the requirement for potential vendors to present various representations and certifications related to small business status and compliance with federal standards. The necessity for clear communication between contracting officers and contractors is highlighted to facilitate a successful bidding and procurement process. Overall, this solicitation plays a significant role in advancing military operational support while encouraging small business participation within government contracting processes.
    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.
    This government document is an amendment to a solicitation, specifically addressing vendor inquiries regarding a contract related to shower and laundry services at Fort Irwin. It extends the deadline for offers and outlines the acknowledgment procedures required from bidders to ensure their submissions are considered. Key amendments include answers to various vendor questions. For instance, contractors are responsible for identifying water sources, the number of shower and laundry units can vary as long as the required count is met, and alternative configurations for shower trailers are permissible if they meet the head count criteria. The document emphasizes that while flexibility exists in meeting requirements, all proposals must align with the specified service levels. This amendment provides critical guidance to potential vendors, ensuring clarity in the solicitation terms, maintaining compliance, and ultimately supporting effective service delivery at the facility.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    15 passenger vans.
    Dept Of Defense
    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 provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    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.
    Trailer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Horizon 30ft dual axle bumper pull trailer, designated as FTZ-30. This trailer, which features a steel frame, a gross vehicle weight rating (GVWR) of 21,000 lbs, and a payload capacity of 15,455 lbs, is intended for use at Camp James Rudder, Eglin Air Force Base, Florida. The procurement is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting small enterprises in fulfilling government contracts. Interested vendors should contact Christian Quinn at christian.j.quinn3.mil@army.mil for further details regarding the solicitation process.
    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.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    RV Campers - DLA MWR San Joaquin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting quotes for the procurement of two new campers for the Family & Morale, Welfare, and Recreation (FMWR) program at the DLA Installation Management San Joaquin in Tracy, California. The specific requirements include models such as the 2025 Jayco Jay Feather Micro or equivalent and the 2026 Jayco Jay Flight Six or equivalent, with detailed specifications outlined in the solicitation. These campers are intended to support recreational activities for military personnel and their families, emphasizing the importance of morale and welfare services. Interested vendors must submit their quotes by 3:00 PM (EST) on January 6, 2026, and direct any questions regarding the solicitation to Elizabeth Sheffield at elizabeth.sheffield@dla.mil by December 30, 2025.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    Fort Irwin Tank Transfer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.