RSO - Sludge Removal
ID: W9127S25Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST LITTLE ROCKLITTLE ROCK, AR, 72201-3225, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified small businesses for a contract focused on sludge removal and restroom services. The procurement includes a range of services such as sludge removal, monthly dump station service, and portable toilet placement, structured under an Indefinite Delivery/Indefinite Quantity (IDIQ) format with a minimum guaranteed amount of $2,500 for the base period. This opportunity is significant for firms classified under NAICS Code 562991, with a revenue cap of $9 million, and emphasizes the importance of compliance with federal regulations and performance standards. Interested parties must submit their quotes by April 11, 2025, following a site visit scheduled for April 3, 2025, and can reach out to primary contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or 501-340-1715 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 17, 2025, 8:04 PM UTC
The document outlines a combined synopsis and solicitation for sludge removal and restroom services under solicitation number W9127S25Q0016. It is a 100% Small Business Set-Aside, focusing on firms classified under the NAICS Code 562991, with a cap of $9M in revenue. The service period includes a base term from April 10, 2025, to February 28, 2026, with two potential option years through 2028. A site visit is scheduled for April 3, 2025, with quotes due by April 11, 2025. The contractor will provide various services, including sludge removal, monthly dump station service, and portable toilet placement, under an Indefinite Delivery/Indefinite Quantity (IDIQ) format with a minimum guaranteed amount of $2,500 for the base period. Evaluation factors include understanding the performance work statement, availability of key personnel, special qualifications, and past performance. Price will be analyzed separately but is less critical than technical factors, with an emphasis on best value for the government. The document lays out numerous clauses and certifications required for compliance with federal regulations, ensuring all proposals meet rigorous standards for performance and ethics.
Lifecycle
Title
Type
RSO - Sludge Removal
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Chemical Latrines & Pumping
Buyer not available
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.
Amendment - RFQ - Portable Toilets (Port-a-John) Rental/Service in support of DCARNG Annual Training at Fort Indiantown Gap (FTIG), PA
Buyer not available
The Department of Defense, through the District of Columbia Army National Guard (DCARNG), is seeking quotes for the rental and service of portable toilets (Port-a-Johns) to support its annual training at Fort Indiantown Gap, Pennsylvania, scheduled for June 1 to June 11, 2025. The procurement includes daily cleaning, pumping, and restocking services for a varying number of units across multiple training areas, with requirements ranging from 3 to 12 units per site over a total of 35 days. This service is crucial for maintaining health and safety standards for personnel during training exercises. Interested vendors must submit their quotes by April 14, 2025, and the contract will be awarded based on the lowest priced compliant quotes, adhering to a 100% small business set-aside with a size standard of $9 million. For further inquiries, vendors can contact LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or by phone at 520-715-2321.
Greers Ferry IDIQ Park Clean Up
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for park cleanup services at the Greers Ferry Project Office in Arkansas under solicitation number W9127S25Q0019. This opportunity is a 100% Small Business Set-Aside, categorized under NAICS Code 561720 for Janitorial Services, with a contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement that includes a base period until January 31, 2026, and four additional one-year option periods. The contract emphasizes the importance of efficient park maintenance services while supporting small businesses, with a guaranteed minimum payment of $2,500 for the base period and a focus on pricing for evaluation. Interested vendors must attend a mandatory site visit on April 2, 2025, and submit their quotes via email by April 18, 2025; for further inquiries, they can contact Taylor B. Mclain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
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.
Portable Toilet Services Master Blanket Purchase Agreement
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Portable Toilet Services at Fort Drum, NY. The services include providing portable chemical toilets and wash station set-up, servicing, and relocation as needed at various locations throughout Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC) for calls issued up to $10,000. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
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.
Barksdale AFB Portable Latrines
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the rental and servicing of portable chemical latrines at Barksdale Air Force Base in Louisiana. The contractor will be responsible for ensuring cleanliness, maintenance, and compliance with all applicable regulations while focusing on safety, sanitation, and customer service as outlined in the Statement of Work (SOW). This procurement is particularly important for maintaining sanitary conditions in military environments, thereby supporting operational readiness and safety. Interested small businesses must submit their expressions of interest and capabilities by April 14, 2025, at 3:00 PM CST, and can direct inquiries to Shanecer Johnson at shanecer.johnson@us.af.mil or Thomas Hutchins at thomas.hutchins.2@us.af.mil.
John W Flannagan Sewage Collection and Treatment System Supply and Installation
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the supply and installation of a sewage collection and treatment system at the John W. Flannagan Dam and Reservoir Pound River Campground. This project aims to enhance waste management capabilities at the facility, ensuring compliance with environmental standards and improving overall sanitation. The procurement falls under the NAICS code 562211, focusing on hazardous waste treatment and disposal, and is set aside for small businesses as per FAR 19.5 guidelines. Interested contractors can reach out to Carrie McClung at carrie.e.mcclung@usace.army.mil or Philip Davis at Philip.S.Davis@usace.army.mil for further details, with all solicitation documents available through the PIEE system.
SANITARY PUMPING SERVICES at BLACKHARK PARK & BAD AXE LANDING
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a contractor to provide sanitary pumping services at Blackhawk Park and Bad Axe Landing in De Soto, Wisconsin. The contractor will be responsible for pumping sewage waste from various facilities, including vault privies and portable toilets, with services required primarily between May and November each year, and the contract may extend for up to five years with optional periods. This procurement is vital for maintaining sanitation at a multi-use recreation facility along the Mississippi River, ensuring compliance with local and state regulations for waste disposal. Interested vendors should contact Karl Just at karl.p.just@usace.army.mil or call 651-290-5768 for further details, and the contract is set to commence on May 1, 2025.
Aerobic Monitoring and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide aerobic monitoring and repair services under a total small business set-aside. The procurement aims to ensure the effective operation and maintenance of septic tank and related services, which are critical for water purification and sewage treatment. This opportunity is categorized under the NAICS code 562991 and PSC code L046, highlighting its focus on technical services in environmental management. Interested parties should reach out to Kimberly Logan at kimberly.a.logan@usace.army.mil or Octavia Gregory at octavia.e.gregory@usace.army.mil for further details, as an amendment has been issued to include additional attachments relevant to the solicitation.