Chemical Latrines & Pumping
ID: W9124R25QA0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-YUMA PROV GRDYUMA PROVING GROUND, AZ, 85365-9498, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 13, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is soliciting quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement involves the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from various septic systems and grease traps, with a focus on maintaining environmental compliance and sanitation standards. This contract is crucial for ensuring hygiene in military operations and public venues, reflecting the government's commitment to maintaining operational efficiency and safety. Interested small businesses must submit their quotes by May 13, 2025, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.

Files
Title
Posted
Apr 8, 2025, 11:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract to provide chemical latrine and pumping services at the U.S. Army Yuma Proving Ground in Arizona. The contractor is responsible for delivering and servicing portable latrines and hand wash stations, managing waste pumping from septic systems and grease traps, and ensuring compliance with environmental regulations. The contract spans from August 2025 with a base period and four option years. Key objectives include maintaining safety and environmental compliance in testing and training areas. The contractor must have qualified personnel, including a contract manager, and adhere to strict quality control and security requirements. Services include timely delivery and pickup of portable facilities, maintaining cleanliness and functionality, and conducting weekly servicing of latrines. The PWS emphasizes the importance of environmental protection and proper waste disposal, conforming to federal, state, and local regulations. It mandates that contractors obtain necessary permits for waste disposal and submit regular reports to the contracting officer. Overall, this document provides a comprehensive framework for the procurement of vital sanitation services, emphasizing safety, compliance, and efficient waste management for military operations at YPG.
The Pricing Schedule Sheet for Chemical Latrines and Pumping Services at Yuma Garrison and Yuma ATEC outlines the costs associated with various sanitation services. The schedule includes fixed permanent locations, short-term rental options for latrines and handwash stations, relocation services, and scheduled/unscheduled pumping services. Each service category specifies pricing based on frequency: daily, weekly, or monthly cleaning in compliance with the Performance Work Statement (PWS). The document details how to charge for additional cleaning and emergency pumping services, ensuring all units are maintained to federal standards. For both garrisons, the pricing is structured by estimated quantities and provides spaces for unit prices for the base year and up to four option years. This structured pricing is essential for procurement decisions within government RFPs, ensuring transparency and competitive bidding for necessary sanitation services.
Apr 8, 2025, 11:04 PM UTC
The document provides a structured overview of an RFP (Request for Proposal) related to a federal project, featuring a series of questions and comments from potential bidders. Each entry outlines inquiries about various aspects of the proposal, indicating a thorough review process while addressing specific details within the RFP scope. Additionally, points of contact for the proposal are identified, namely Damaris I. Castillo and Amanda M. Ramirez, a crucial inclusion for bidders needing clarifications. The content structure illustrates the RFP’s interactive nature, helping facilitate communication between the government and interested parties. Collectively, this file underscores the commitment to transparency and accessibility in the procurement process, ensuring that all potential vendors have the necessary information to submit competitive proposals. The existence of a formal question-answer system aids in clarifying expectations and requirements, which is essential for fostering effective government contracting and promoting engagement with the private sector.
The document is a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining the minimum wage rates for various occupations in Yuma County, Arizona. It specifies two scenarios based on contract initiation dates: contracts starting after January 30, 2022, require a minimum of $17.75 per hour; those awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour unless higher rates apply. The document lists numerous occupations along with their corresponding wage rates and notes that fringe benefits and specific conditions, such as paid sick leave under Executive Order 13706, are mandatory. It also highlights that certain workers may be entitled to higher minimum wages and details health and welfare benefits. Additionally, it includes guidelines for the classification of unlisted employee types under contracts and outlines a conformance process for wage determination compliance. Overall, this document serves to ensure fair compensation for service employees working on federal contracts and emphasizes adherence to labor regulations and worker protections.
Apr 8, 2025, 11:04 PM UTC
The document outlines a Request for Proposal (RFP) aimed at soliciting services for portable latrine solutions, hand-washing stations, and related services at specified locations, particularly within Yuma, AZ. The contractor is expected to provide labor, materials, and equipment for fixed-price contracts covering tasks like permanent latrine installation, special event portable latrines, hand-washing stations, temporary relocation, and on-site pumping services. The RFP specifies distinct line items and limits for each service, urging bidders to adhere to a pre-set maximum cost structure rather than propose total project costs upfront. Moreover, it emphasizes compliance with performance work statements (PWS) and various federal clauses regarding labor and service standards. The document also includes specific acceptance locations and outlines performance periods spanning several years with options for extensions. By addressing infrastructure needs for sanitation in event and operational contexts, this RFP signifies the government's commitment to maintaining hygiene standards and service continuity in public venues and military operations.
Apr 8, 2025, 11:04 PM UTC
The document outlines service requests and logistical details regarding maintenance and operational facilities at YPG Garrison. It includes information on fixed permanent locations requiring cleanliness services with a breakdown of the quantity and frequency for various units, totaling 26 items across different sites. Key contacts for each location, primarily Mike Jonez and Michele Dominguez, are provided for coordination purposes. In total, 2 toilets are assigned to the garrison, 6 for SOTAAC/MFFS reimbursement, and 19 toilets under the MISSION category. The organization and presentation of this file align with the procedures for government RFPs, suggesting a systematic approach to facility management and maintenance alignment within federal portfolios. The efficiency and structured contact information indicate an operational focus on resource allocation and responsiveness in government service contracts.
The document outlines the scheduled pumping services for various facilities, detailing the frequency and capacity of service required for sand traps, grease traps, and septic tanks. The facilities are categorized by area and include specific locations such as car washes, military testing sites, and maintenance facilities. Services vary, with some facilities receiving bi-monthly or monthly service, while others require weekly or quarterly attention. The document specifies the gallons each facility's trap can hold, reinforcing the need for regular maintenance to ensure compliance with environmental standards. Overall, this summary of pumping services highlights the importance of routine maintenance for waste management across multiple government facilities, contributing to operational efficiency and environmental protection.
The document outlines unscheduled pumping services required for various facilities, detailing the specific operational needs for septic tanks, lift stations, grease traps, and sand traps across multiple locations. Each entry includes the facility name, description, and the gallon capacity for pumping, with services requested on an as-needed basis. Facilities include vehicle wash stations, dining facilities, youth services, and various military or environmental structures, reflecting a comprehensive list of maintenance requirements vital for sewage and wastewater management. The emphasis is on supporting infrastructure for operations in diverse environments, ensuring essential services are maintained to prevent operational disruptions. This document is likely part of government RFPs for contractors to provide necessary pumping services to maintain regulatory compliance and operational efficiency across federal and state facilities.
The Standard Operating Procedure (SOP) for sewage dumping at Laguna Army Airfield (LAAF) outlines protocols for the U.S. Army Yuma Proving Ground regarding the disposal of sewage from portable sanitation units and the Yuma Marine Corps Air Station's Lake Martinez Recreation Area. The SOP delineates the roles and responsibilities of personnel involved, including a PSU contractor and a wastewater operator. Key instructions include routing sewage through a debris collector, maintaining cleanliness, wearing appropriate personal protective equipment, and reporting hazardous findings to the YPG Fire Department. The wastewater operator is responsible for managing a non-metal trash can in concrete containment and documenting waste management flow to meet Arizona Department of Environmental Quality requirements. YPG Environmental Sciences oversee flow reporting and conduct monthly inspections. The SOP stresses communication and training for personnel, discouraging the disposal of garbage in sanitation units. This procedures document serves to ensure safe and compliant sewage management, reflecting best practices in environmental health and safety within government operations.
Apr 8, 2025, 11:04 PM UTC
The document outlines a service and billing structure for portable latrine and handwashing station rentals at Yuma Proving Ground. It includes fields for Invoice Month, Service Order Number, rental dates, and quantities of various types of latrines, including disability-friendly options. Rates for daily, weekly, and monthly services are also specified, with separate calculations for pumping services based on gallons pumped and hours worked. Key data points to be filled in include the total number of latrines, hand wash stations, and service frequency selections (daily, weekly, monthly). The document serves as a framework for billing and service arrangements, highlighting compliance with local government requirements for sanitation services. It primarily focuses on facilitating the efficient tracking of portable toilet rentals and related services for federal projects, ensuring accurate invoicing and accountability within the framework of federal contracting. This template is particularly relevant for vendors responding to federal RFPs or grants, aiming to provide necessary sanitation services in a structured and compliant manner.
Apr 8, 2025, 11:04 PM UTC
The document outlines a request for proposals (RFP) related to various cleaning and sanitation services for fixed permanent locations. It specifies requirements for weekly cleaning, short-term rentals of latrine and handwash stations, relocations, and scheduled and unscheduled pumping services. Key quantities indicated include 27 weekly cleanings, 12,467 latrine rentals annually, and 1,612 handwash rentals also on an annual basis. The document categorizes pumping into scheduled (with a specified workload) and unscheduled services, highlighting a significant volume of 22,000 gallons designated for annual unscheduled pumping. This RFP aims to secure services that ensure public health and sanitation standards are met in government facilities, supporting the overall operational needs and maintenance of these locations. The structured listing of items and estimated quantities reflects the emphasis on organized procurement processes typical within federal and state grant applications.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Sanitation Support at Camp Navajo, AZ June 2025
Buyer not available
The Department of Defense, through the Nevada Army National Guard, is soliciting quotes for sanitation support services at Camp Navajo in Bellemont, Arizona, scheduled for June 2025. The procurement involves providing portable sanitation facilities, including restrooms and handwashing stations, for two separate military training events: one for the 240th Engineering Company from June 1-8 and another for the 1864th Medical Company Team from June 17-26. This initiative is crucial for maintaining hygiene and sanitation standards during military operations, ensuring the health and readiness of personnel. Interested small businesses must submit their quotes by April 22, 2025, to Gregory P. Kothman at gregory.p.kothman.civ@army.mil, with a focus on compliance with solicitation requirements and competitive pricing.
Solid Waste Management
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground (USAYPG) in Arizona, is seeking quotes for solid waste management services under a total small business set-aside contract. The contractor will be responsible for providing comprehensive solid waste removal, including the provision of dumpsters and roll-off receptacles, in accordance with the Performance Work Statement (PWS) and associated technical exhibits. This procurement is critical for maintaining environmental sustainability and operational readiness at the facility, ensuring compliance with federal, state, and local regulations. Interested parties must submit their quotations by May 13, 2025, with all inquiries directed to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
CENTAM GUARDIAN 25 CHEMICAL LATRINES AND SHOWER SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of chemical latrines, hand washing stations, and shower services in Guatemala under the contract titled "CENTAM GUARDIAN 25." The contractor will be responsible for delivering, maintaining, and cleaning these sanitation facilities, ensuring compliance with quality standards, local laws, and safety regulations throughout the contract period from May 10 to May 25, 2025. This procurement is crucial for supporting U.S. military operations in the region, emphasizing environmental compliance and worker safety while enhancing service quality for personnel. Interested contractors must submit their proposals by April 17, 2025, and can contact Phillip Magliba at phillip.t.magliba.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further information.
Portable Latrines and Handwashing Stations
Buyer not available
The Department of Defense, specifically the Oklahoma Army National Guard (OKARNG), is seeking proposals for the provision of portable latrines and handwashing stations at Camp Gruber, Oklahoma. The contract requires the delivery of 53 portable latrines and 28 handwashing stations, along with maintenance and sanitation services to ensure 24-hour accessibility and compliance with health standards. This procurement is critical for maintaining sanitary conditions during military operations and events, emphasizing the importance of public health facilities in support of the Army's mission. Interested contractors must submit their proposals by May 14, 2025, with questions accepted until April 25, 2025. For further inquiries, contact MacKenzie Boyd at mackenzie.a.boyd.civ@army.mil or Ryan Moehle at ryan.moehle@us.af.mil.
Non-Sewer Portable Latrines and Handwash Stations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-sewer portable latrines and hand wash stations to support training facilities at the National Training Center (NTC) and surrounding areas of Fort Irwin, California. The contract requires the contractor to deliver, set up, service, relocate, and remove the equipment, ensuring that latrines and hand wash stations are maintained in fully serviceable condition at all times, adhering to specified ratios and environmental standards. This procurement is critical for maintaining functional sanitation facilities that meet military training needs, particularly in the challenging desert terrain of the region. Interested parties must submit their capabilities statements by April 24, 2025, to Theresa Rodriguez and Tamaria R. Baker via email, with the requirement that the contractor must be a Service-Disabled Veteran-Owned Small Business (SDVOSB) and capable of performing at least 50% of the work.
MG 25 Sanitation Portable toilet requirement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential vendors to provide portable toilets and handwashing stations for the United States Air Force Exercise Mobility Guardian 2025 in Guam. The procurement includes the delivery of three portable toilets and two handwashing stations to Antonio B. Won Pat International Airport, along with twenty-three portable toilets and twelve handwashing stations at Andersen Air Force Base, all required to be operational by July 6, 2025. This initiative underscores the importance of maintaining effective sanitation services in support of military exercises, ensuring operational readiness in various environments. Interested vendors must submit their capabilities and relevant information by May 5, 2025, and can contact John Hughes at john.hughes.31@us.af.mil or Lauren Thoele at lauren.thoele@us.af.mil for further inquiries.
NWF Portable Toilets and Handwash Stations
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the provision of portable toilets and handwash stations at Northwest Field on Andersen Air Force Base in Guam. The contract requires the contractor to supply and maintain five portable toilets and three handwash stations, ensuring daily cleaning, restocking, and compliance with hygiene and safety standards, with operations expected to commence on April 16, 2025. This procurement is crucial for maintaining sanitary conditions at military installations, emphasizing the importance of quality service and adherence to regulations. Interested vendors are encouraged to submit their company information and feedback on the draft Performance Work Statement to Julieth Collazos via email at julieth.collazos.1@us.af.mil by the specified deadline.
FY26 Portable Toilets Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide portable toilet services at Joint Base Charleston (JB CHS) in South Carolina. The procurement involves the delivery, setup, servicing, and maintenance of standard and ADA-compliant portable restrooms across various locations within the base, ensuring compliance with federal health and safety standards. This contract is crucial for maintaining sanitation facilities at military installations, particularly during events and emergencies, and is set aside exclusively for small businesses under NAICS code 562991. Interested vendors must attend a mandatory site visit on April 24, 2025, and submit their quotes electronically by May 8, 2025, to the designated contacts, Patrick Thomas and Terry G. Harrelson, at the provided email addresses.
Gray Water Removal Services - Long Beach Port, CA
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for Gray Water Removal Services at the Long Beach Port, California. The contract aims to establish comprehensive services for the collection, storage, and disposal of gray water generated from training equipment, utilizing 1,000-gallon and 3,000-gallon containers. This initiative is crucial for maintaining environmentally sustainable practices during military training operations, with a total estimated award amount of $9,000,000 for the performance period from May 27, 2025, to June 17, 2025. Interested contractors, particularly women-owned small businesses, should direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil and ensure compliance with all submission requirements and deadlines outlined in the solicitation documents.
Shower and Laundry Trailers for Edwards Air Force Base, CA
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting quotes for the provision of shower and laundry trailers at Edwards Air Force Base in California. The contract, designated as W911SA25QA119, requires the delivery and maintenance of two shower trailers and one laundry trailer to support Army Reserve training events, with specific features and operational capabilities outlined in the solicitation documents. This procurement is crucial for ensuring adequate facilities for military personnel during training, emphasizing compliance with federal regulations and encouraging participation from small businesses, particularly Women-Owned Small Businesses. Interested vendors must submit their quotes by April 18, 2025, at 10 AM CST, and can direct inquiries to Breanna Huff at breanna.d.huff.civ@army.mil.