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
    Description

    The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is seeking 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 septic systems and grease traps, with a focus on maintaining compliance with environmental regulations. This contract is crucial for ensuring sanitation and hygiene standards in military operations and public venues, reflecting the government's commitment to operational efficiency and public health. Interested small businesses must submit their quotes by June 24, 2025, at 12:00 PM MST, 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
    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 document outlines a Pricing Schedule for Chemical Latrines and Pumping Services for the Yuma Garrison and ATEC facilities. It details various service offerings, including fixed permanent latrine locations, short-term portable latrine rentals, handwashing station rentals, relocations, and scheduled and unscheduled pumping services. Each service is assigned a unique identification number and includes remarks on pricing structures, referencing the Performance Work Statement (PWS) for operational guidelines. For both Yuma Garrison and ATEC, services are categorized into permanent locations with monthly rates and short-term rentals with daily, weekly, and monthly rates. Additional services such as extra cleaning and relocation of portable units are also specified. The pricing for pumping services includes options for scheduled, unscheduled, and emergency cases, along with provisions for phase-in/phase-out activities. This document serves as a foundational resource for contractors or service providers responding to the federal RFP, ensuring clarity on pricing expectations and service requirements while adhering to stipulated performance standards. It facilitates the budgeting and planning process for both the government and potential vendors wishing to submit proposals for these essential sanitation services.
    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.
    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 addresses inquiries related to a government contract with P.U. Septic, Inc., under contract number W9124R-20-D-0005. Key points include the confirmation that water is part of this contract, alongside details regarding water facility usage. Specifically, there is no water treatment facility available for consumption; however, there is one for disposal purposes. The document serves as a response guide for potential bidders or interested parties in government RFPs, clarifying critical contract information. Points of contact for further inquiries are provided, namely Damaris I. Castillo and Amanda M. Ramirez, both affiliated with the military procurement office. Overall, the file aims to streamline communication and enhance understanding of contract specifics in the context of federal contracting processes.
    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.
    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.
    The document outlines an amendment to a federal solicitation related to a contract at Yuma Proving Ground. Notably, the amendment changes the contract's total duration from a maximum of 36 months to 60 months. It also updates the Questions and Answers Log to reflect recent inquiries from industry stakeholders. The document specifies that offers must acknowledge the amendment before the deadline to avoid rejection. Additionally, it includes requirements for contractors to modify existing offers or submit acknowledgments via specified methods. The amendment maintains all other original terms and clarifies that no additional changes to the solicitation are made. Key clauses and attachments related to contract performance and pricing have been listed and updated accordingly. Overall, the purpose of this amendment is to ensure clarity and compliance while extending the contract duration and addressing contractor queries.
    This document serves as Amendment 0002 to a previously issued solicitation regarding the Chem Latrines - Pumping Services. The primary purpose of this amendment is to revise the pricing schedule to ensure alignment with the stated quantities and units of measure, which have been highlighted for clarity. Additionally, the submission deadline for offers has been extended from May 13, 2025, to May 19, 2025, at 12:00 PM MST. Importantly, no other changes to the solicitation have been made. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged and in effect. Moreover, the document outlines the process for acknowledgment of the amendment by bidders, details changes in contract documents, and allows for modifications to existing offers if desired. This amendment is part of standard federal contracting practices aimed at ensuring clear communication and compliance among entities participating in government procurement processes.
    This document is an amendment to a solicitation for a government contract, specifically identifying changes related to the submission timeline. The primary purpose of the amendment is to extend the closing date for offers from May 19, 2025, to June 24, 2025, at 12:00 PM MST. It emphasizes the need for contractors to acknowledge the receipt of this amendment in order to validate their offers; failure to do so may result in their rejection. No other alterations to the solicitation terms and conditions are indicated. The document highlights the necessary procedures for modifying or approving contracts in response to amendments and specifies the contact information for the contracting officer, Damaris Castillo, who is responsible for the solicitation. This amendment is part of the federal government’s procurement process, ensuring transparency and compliance with established regulations concerning the submission of offers for government contracts.
    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.
    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.
    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
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    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.
    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.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    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.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    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.