Trailer Mounted Restroom
ID: FA468625QS003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKBEALE AFB, CA, 95903-1702, 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 seeking proposals for the lease of a trailer-mounted restroom facility at Beale Air Force Base in California. The requirement includes a 12-month lease for a facility that features two separate stations, each equipped with a toilet, sink, mirror, shower, and overhead lighting, along with a self-contained waste tank requiring weekly emptying services. This procurement is crucial for compliance with a presidential executive order mandating separate restroom facilities for female service members, as the current facilities do not meet this requirement. Interested vendors must submit their quotes by August 14, 2025, at 10:00 AM PST, and can direct inquiries to Lamar Mullins or Katherine Moe via the provided contact information.

    Files
    Title
    Posted
    Amendment 01 to solicitation FA468625QS003, issued by the Department of the Air Force, 9th Contracting Squadron, Beale Air Force Base, on August 6, 2025, addresses the "Restroom Trailer Rental and Waste Tank Service." This amendment updates Section J, Lists of Attachments, by adding "Attachment 2- Questions and Answers." The deadline for quote submissions remains unchanged. Vendors are required to acknowledge receipt and compliance with Amendment 01 by signing and submitting it as part of their proposal. The amendment was signed by Katherine Moe, Contracting Officer.
    This government file addresses frequently asked questions regarding a standalone purchase order for trailer services. Subcontractors are permitted, with the prime contractor responsible for their compliance. Payment terms are Net 30, and invoicing should be done monthly for CLINs 0002 and 0003, while CLINs 0001 and 0004 are one-time invoices. WAWF is the required invoicing platform. Electricity and water will be provided on-site for the trailer, and a point of contact for delivery and service will be available. Inspection and acceptance occur at the destination upon delivery. The expected award date is within a week of the August 14th deadline. The contract is not expected to extend beyond 12 months. The vendor is responsible for weekly waste tank emptying; no other servicing is required. Offsite waste disposal is mandatory. The government is not requiring the prime contractor to carry general liability or other insurance coverage for this firm fixed price contract, nor proof of licenses or certifications from subcontractors. If trailer components become non-functional, the government will request a quote for repairs.
    The Department of the Air Force, 9th Reconnaissance Wing (ACC) at Beale Air Force Base, California, requires the lease of a temporary, trailer-mounted restroom facility for 12 months. This Statement of Need outlines the requirement to comply with a Presidential Executive Order mandating separate gender-designated restroom facilities, as the current Air Force Combat Ammunition Course building is non-compliant. The facility must have two separate stations, each with a toilet, sink, mirror, shower, and overhead lighting. Key requirements include a self-contained waste tank with weekly emptying service, a potable water tank, and a 120v/20amp electrical connection with a 100-foot extension. The contractor is responsible for delivery, installation, and demobilization. Delivery is required within 30 days of award to Bldg. 1319, 19100 Alert Drive Beale AFB, CA 95903, with coordination two weeks prior. Waste tank services commence seven days after delivery and continue weekly. Pick-up must be coordinated within 30 days of lease end. Contractor personnel require an entry authorization list (EAL) and must enter via Wheatland Gate, subject to inspection. Work hours are Monday through Friday, 0700-1600, excluding federal holidays and base closures.
    The memorandum outlines a request for proposals (RFP) for the lease and delivery of a temporary bathroom trailer at Beale Air Force Base (AFB), California. Due to compliance issues stemming from a recent Executive Order mandating gender-segregated restroom facilities, the contractor is required to provide a two-station trailer embracing these specifications for a 12-month rental period. Each station must include a toilet, sink, shower, and locking mechanisms, along with adequate waste and potable water tanks, and be equipped with electrical connections. Key responsibilities include delivery and setup within 30 days of the award, weekly waste tank emptying beginning a week post-delivery, and coordinated pick-up at lease termination. The contractor must adhere to access protocols for base entry and follow designated operational hours while conforming to federal holiday schedules. This initiative emphasizes compliance with federal regulations, safety, and operational efficiency for the Air Force facility.
    The document outlines a federal solicitation (FA468625QS003) for commercial products and services, specifically for a Women-Owned Small Business (WOSB) set-aside. The core requirement is to procure a trailer-mounted restroom facility for Beale AFB to comply with a presidential executive order mandating separate facilities for female service members. The solicitation details the scope of work, including delivery, 12-month lease, weekly waste servicing, and demobilization of the restroom trailer. It specifies delivery and performance schedules, inspection and acceptance criteria, and payment instructions via the Wide Area WorkFlow (WAWF) system. The document also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects like small business utilization, labor standards, environmental compliance, and contractor responsibilities on government installations. Additionally, it provides contact information for an ombudsman for conflict resolution and emphasizes compliance with security and access requirements for Air Force installations.
    The Women-Owned Small Business (WOSB) solicitation seeks proposals for the procurement of commercial restroom trailers to ensure compliance with a presidential executive order regarding gender separation in facilities. The Air Force's Munitions Squadron (MUNS) at Beale Air Force Base requires additional restroom facilities for female personnel due to inadequate current options. The procurement includes delivery, setup, leasing for 12 months, regular servicing, and eventual demobilization of the restroom trailer unit. The total award amount for this contract is projected to be USD 9,000,000.00. Proposal submissions must adhere to a strict timeline and include specific pricing information, along with compliance with far-reaching federal regulations concerning small business qualifications, safety standards, and environmental considerations. This contract highlights the government’s commitment to supporting women-owned businesses and ensuring compliance with workplace directives.
    Lifecycle
    Title
    Type
    Trailer Mounted Restroom
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Portable Toilets - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet and vehicle rental services under the combined synopsis/solicitation RFQ FA441826Q00042 for the PALMETTO REACH project in Saipan and Palau. The procurement requires the delivery and servicing of four portable toilets and two handwashing stations at each location, with services including installation, cleaning, and maintenance from January 14-20, 2026. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and ethical business practices. Interested vendors must submit their quotes by 12:00 PM EST on December 15, 2025, and can contact SrA Levi Mowrey at levi.mowrey@us.af.mil or 843-963-5857 for further details.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    W085--534-26-1-5682-0002 / ADA 3 Stall Restroom Trailer Albemarle Parking Lot (VA-26-00007827) / (VA-26-00018355)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide an ADA-compliant three-stall restroom trailer for the Ralph H. Johnson VA Medical Center in Charleston, SC. The procurement includes the furnishing, installation, and maintenance of the restroom trailer, which must meet specific dimensions and utility requirements, along with weekly waste removal and bi-weekly janitorial services. This service is crucial for ensuring accessible restroom facilities for veterans and visitors, enhancing the overall experience at the medical center. Interested vendors should note that the offer due date is December 9, 2025, and can contact Contracting Officer Don Grier at Don.Grier@va.gov for further information.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    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.
    Emergency Sewage Pumps
    Buyer not available
    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 Office Space - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the provision of portable office space for the PALMETTO REACH project at Saipan and Palau, specifically at Palau International Airport and Saipan International Airport. The procurement requires the delivery of two portable office spaces, each comprising approximately 3,000 square feet divided into three double-wide trailers, fully equipped with necessary furnishings, power, and safety features, to be operational by January 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 531120, emphasizing the importance of compliance with federal regulations and the provision of technical and pricing information as outlined in the Request for Quotation (RFQ) FA441826Q00043. Interested vendors must submit their quotes by December 15, 2025, at 12:00 PM EST, and can direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or Patrick Thomas at patrick.thomas.30@us.af.mil.
    USBP Tucson Sector Portable Restrooms and Maintenance Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide portable restrooms and maintenance services for the Tucson Sector. This procurement aims to ensure the availability and upkeep of sanitation facilities, which are crucial for operational efficiency and hygiene in border enforcement activities. The contract is set aside for small businesses under the SBA guidelines, with the NAICS code 562991 pertaining to septic tank and related services. Interested parties should contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov for further details regarding the solicitation process.
    Pilot Locker Restroom Renovation
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.
    633 CES Refurbish 3 Pumps in Main Lift Station
    Buyer not available
    The Department of Defense, through the 633rd Contracting Squadron at Langley Air Force Base, is soliciting quotes for the refurbishment of three pumps in the Main Lift Station. The project aims to restore full operational capacity to the sewage lift station, which currently has only one of its three pumps functioning, by providing comprehensive diagnostic testing and necessary repairs or replacements. This procurement is critical for maintaining effective waste management services at the facility, ensuring compliance with environmental standards and operational efficiency. Quotes are due by 4:30 PM Eastern Time on December 8, 2025, and must be submitted via email to the primary contacts, Vanity Wright and Emoni Bright. Interested contractors must be registered with SAM.gov and adhere to the outlined requirements, including wage determinations and safety protocols.