Andesern AFB - Portable Toilet BPA
ID: FA524026Q002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4801 49 CONS PKHOLLOMAN AFB, NM, 88330-8225, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing waste disposal, cleaning, and restocking supplies. This initiative is crucial for supporting the operational needs of the 36th Wing and surrounding areas, with call orders issued on an as-needed basis. Interested vendors must submit their quotes by December 10, 2025, and direct any inquiries to TSgt Steven Piper at steven.piper.5@us.af.mil or by phone at 671-689-0808.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for a contractor to provide, service, and maintain portable latrines, restroom trailers, and hand wash stations in Guam. The contractor must supply all necessary personnel, equipment, and materials as specified in individual Call Orders. Equipment specifications detail single-occupancy latrines, multi-stall restroom trailers with various configurations and power requirements, and two- or four-station hand wash units. Service and maintenance include stocking supplies, waste disposal, recharging holding tanks, refilling water tanks, and cleaning units. The contractor must designate a Contract Manager, maintain a quality control program, and adhere to all government regulations and site-specific conduct rules. The government is not liable for acts of God or normal depreciation but will cover damage from U.S. Government personnel negligence. The Contracting Officer is the sole authority for approving changes to the agreement.
    This Performance Work Statement outlines the requirements for providing, servicing, and maintaining portable latrines, restroom trailers, and hand wash stations in Guam. The contractor must supply various sanitation facilities, including standard portable latrines, multi-stall restroom trailers with diverse configurations and power options, and two- or four-station portable hand wash units. All units must be delivered clean, fully stocked, and in good working order. Daily servicing includes restocking supplies, pumping and disposing of waste, recharging disinfectants, refilling water tanks, and cleaning units. The contractor must designate a contract manager, ensure proper supervision, and adhere to all base access and conduct policies. The government is not responsible for damages due to acts of God or normal depreciation, only for negligence or willful misconduct by government personnel. Quality assurance and adherence to contract requirements are paramount, with the Contracting Officer being the sole authority for approving changes.
    This government file outlines crucial provisions and clauses incorporated by reference and full text for federal solicitations, grants, and RFPs, emphasizing compliance and disclosure requirements. Key elements include FAR 52.204-24, which addresses telecommunications and video surveillance equipment, prohibiting the use of covered equipment from specific sources, and requiring offerors to disclose their use of such equipment. DFARS Class Deviation 2023-O0002 replaces FAR 52.212-3, focusing on small disadvantaged business thresholds and detailed offeror representations and certifications, covering various business classifications, ownership, tax liabilities, and prohibitions on certain foreign business operations. The document also details evaluation criteria for contract awards, emphasizing technical acceptability and price, and mandates registration in the System for Award Management (SAM).
    This document outlines a price list for portable toilets and hand wash stations, likely for a government Request for Proposal (RFP) or a similar procurement process. It details various CLINs (Contract Line Item Numbers) for daily, weekly, and monthly rates, as well as per-service fees for portable hand wash stations, portable toilets, and multi-stall restroom trailers (Cadillac units). The price list also includes mobilization and de-mobilization costs, suggesting a comprehensive service offering for temporary sanitation solutions. The document is structured as a fillable form for a contractor, requiring a Cage Code, unit prices, and a signature with a date.
    This document is a price list for portable toilets, hand wash stations, and containerized latrines, indicating that it is part of a government request for proposal (RFP) or similar procurement process. The file details contract line item numbers (CLINs) for each item, specifying that the services must be in accordance with the Performance Work Statement (PWS). The document requires the contractor's name, CAGE code, and signature, underscoring its role in a formal bidding or contracting context for the provision of sanitation facilities.
    The Department of the Air Force, Headquarters 36th Wing (PACAF) Andersen Air Force Base, Guam, issued a combined synopsis/solicitation (FA487725QFT13) for a Portable Toilet Blanket Purchase Agreement (BPA). This Request for Quotes (RFQ) is a 100% Small Business Set-Aside with a size standard of $16.5 million under NAICS code 562998 (All Other Miscellaneous Waste Management Services). The solicitation requests quotes for portable toilets, containerized latrines, and portable hand wash stations. Responses are due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time. Award will be a Firm Fixed Price (FFP) BPA to the technically acceptable offer representing the best value to the Government. Offers will be evaluated on technical acceptability and price, with the Government reserving the right to award without discussions. Funds are contingent upon availability. All offerors must be registered and active in the System for Award Management (SAM) database.
    The Department of the Air Force, Headquarters 36th Wing (PACAF) at Andersen Air Force Base, Guam, issued a combined synopsis/solicitation (FA487725QFT13) for a Blanket Purchase Agreement (BPA) for portable toilet services. This 100% Small Business Set-Aside, under NAICS code 562998, seeks quotes for "All Other Miscellaneous Waste Management Services." Responses are due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time (ChST). The contract is contingent upon fund availability. Offers will be evaluated based on technical acceptability (meeting PWS requirements) and price, with the award going to the technically acceptable offer representing the best value. Vendors must be registered in SAM, provide specific company information, and submit quotes electronically via email to multiple recipients. Questions must be submitted by December 8, 2025, at 10:00 A.M. ChST.
    The document provides a Q&A for a government requirement, likely related to an RFP, focusing on the provision of standard portable latrines. Key details include the anticipated need for approximately 35 latrines to support up to 500 personnel, with the understanding that multiple BPA holders may be used to fulfill quantities. The timeline for establishing the Blanket Purchase Agreement (BPA) is expected in late December/early January, with call orders commencing upon BPA award, dependent on exercise and operational needs. The government specifically requests daily, weekly, and monthly rental rates for the latrines.
    This document addresses frequently asked questions regarding a government requirement, likely an RFP or BPA, for portable restroom services. Key points clarify that the contractor is responsible for off-base disposal of gray and black water waste, and for providing fresh water via trucking from off-base sources. While bladder systems are not restricted, their use may require additional local base authorization. The quantity of portable restroom trailers is dependent on operational needs and cannot be determined at this time. This is not a previously awarded SOW, but similar one-time purchases exist, with details available on public platforms. The contractor is responsible for supplying power to restrooms, though government power may be allowed depending on mission location. Call Orders can range from one day to over six months. The requirement for supporting the 36th Wing both on and off-base, covering the Guam-wide area of responsibility, remains in effect and is detailed in the SAM.Gov amendment sections.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 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.
    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.
    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.
    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.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    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.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    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.