Long Beach, CA Sanitation Port Operations
ID: W911SA25QA089Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, 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 Army, is seeking qualified contractors to provide sanitation port operations services in Long Beach, California, under a total small business set-aside contract. The procurement involves the rental of portable latrines, handwash stations, shower trailers, and laundry trailers for military training events scheduled from May 25 to June 15, 2025, with a total estimated contract value of $9,000,000. These services are critical for maintaining public health standards and operational readiness during military exercises, ensuring that personnel have access to essential sanitation facilities. Interested contractors should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details and must adhere to the outlined requirements, including compliance with federal regulations and submission deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Long Beach Sanitation Port Operations Services Performance Work Statement outlines the requirements for a non-personal services contract to provide portable latrines, sinks, and associated services for the 84th Training Command at Port Long Beach, California, during a three-week period from May 25 to June 15, 2025. The contractor is responsible for supplying personnel, equipment, and services without any government supervision, ensuring a total of 66 portable latrines, 24 handwash stations, and additional amenities such as shower and laundry trailers. Quality control is a primary focus, requiring the contractor to implement a Quality Control Plan and adhere to the Government's Quality Assurance Surveillance Plan, with performance subject to inspections and corrective actions for non-conformance. The contractor must comply with strict operational schedules, safety regulations, and service levels, including daily maintenance and immediate repair responses. Additionally, the contractor must have valid provisions, including California business licensing and requirements for safe environmental practices. This RFP highlights the government's commitment to ensuring readiness and operational efficacy while maintaining public health standards during military training events.
    The document outlines the requirements package for the Long Beach Sanitation contract, focusing on antiterrorism (AT) and operations security (OPSEC) reviews. It mandates that a signed AT/OPSEC cover sheet is necessary for all requirements, excluding certain low-value supply contracts. The organizational antiterrorism officer (ATO) must review the package, ensuring adherence to Army regulations regarding security measures for contractor personnel. The document includes standard clauses and training requirements for contractors related to AT, OPSEC, and information assurance. Key elements include mandatory Level I training, background checks, and security compliance depending on the access requirements of contractor employees. Additionally, the document specifies procedures for those requiring access to Department of Defense facilities, emphasizes the importance of a formal OPSEC program, and outlines responsibilities in dealing with classified information. Overall, the file serves as a comprehensive framework for ensuring safety and security in government contracts related to sanitation operations, highlighting the necessity of rigorous oversight and compliance with federal security policies.
    The Performance Requirements Summary (PRS) outlines the objectives and standards for providing portable sanitation services, specifically for latrines, shower trailers, laundry trailers, handwash stations, and potable water systems. Key performance objectives include ensuring that portable latrine units are leak-proof and well-maintained, requiring daily servicing and adequate supplies of cleaning materials. Shower and laundry trailers must meet stringent specifications regarding equipment, water supply, and safety features. The contractor is responsible for delivering and setting up these units at designated locations, maintaining an operational log of services and repairs, and addressing any maintenance requests promptly. Potable water delivery and gray water disposal must adhere to all relevant regulations, with the contractor supplying all necessary equipment and ensuring continuous service. The document emphasizes regular inspection and maintenance to uphold service standards throughout the contract period, reflecting the government's commitment to providing high-quality sanitary facilities in various operational environments. This comprehensive outline serves as a critical component for RFPs and grants, establishing clear expectations for contractors in the sanitation sector.
    The provided deliverables schedule outlines key requirements for documentation and compliance related to contract performance. It specifies that the California Business License must be emailed to the Contracting Officer's Representative (COR) at least 14 days before the contract performance starts, with updates as necessary. Key personnel information must be submitted within 5 business days prior to contract award and updated as changes arise. Invoices are required at the end of the month post-service, with service logs and equipment lists due within 5 business days after performance periods. Insurance documentation is mandated within 10 days of contract award and annually thereafter. The structured delivery of these documents is critical for ensuring compliance and effective performance monitoring throughout the contract's duration, reinforcing the responsibility of contractors to adhere to outlined timelines and formats for communication with government officials. This schedule is crucial for maintaining transparency and accountability in federal and state/local RFP processes to ensure organized execution and compliance with respective regulations.
    The document is a Wage Determination Log for San Pedro, located in Los Angeles County, California. It outlines essential wage determination details, specifically stating the facility ID number and the associated revision number for the wage determination, which is set to expire on December 22, 2024. For more comprehensive wage determination information tailored to specific locations, the document directs users to visit the official website at sam.gov. The overarching intent of this log is to facilitate compliance with federal wage standards in relation to government contracts, particularly relevant within the context of federal grants and Requests for Proposals (RFPs). By providing access to wage determination data, it aims to ensure fair wage practices and adherence to labor regulations for contractors engaged in governmental work.
    The document outlines a Price Schedule for various trailer rentals and portable sanitation services under the Long Beach Port Operations, associated with Solicitation Number W911SA25QA089. It details specific line items (CLINs) for the rental of shower trailers, laundry trailers, portable latrines, and handwash stations at designated locations, namely Pier S Ave and Nimitz Rd. The schedule requires contractors to fill out unit prices and total costs for specified quantities at these locations. Each CLIN has designated quantities and specifies that prices must be entered with two decimal places in blue-shaded cells, while green-shaded cells automatically calculate totals, to be transferred to the corresponding SF1449 forms. The document emphasizes accurate pricing and organizational compliance as key components. This framework serves to streamline vendor submissions and ensure adherence to federal contracting requirements for sanitation and hygienic services, crucial for operations at the port. The focus is on clarity and precision in financial reporting, enhancing accountability in government procurement processes.
    The Estimated Workload Data outlines the planned rental services for portable sanitation facilities in support of events scheduled from May 25 to June 15, 2025. The services required include three-week rentals of latrines, handwash stations, shower trailers, and laundry trailers. The document specifies locations and quantities for each service: 18 latrines and 10 handwash stations at 111 Pier S. Ave, alongside multiple facilities at 2700 Nimitz Rd, which includes 48 latrines and 14 handwash stations. Additionally, there will be two shower trailer rentals at the first location and one at the second. The document indicates that these figures are preliminary and may adjust as needed. This summary serves as a crucial reference for contractors responding to the government RFP for these services, ensuring they understand the scope and requirements of the project.
    The document outlines a solicitation for a contract targeting Women-Owned Small Businesses (WOSB) to provide sanitation services near the Long Beach, CA Port. It details the requisition number, contract parameters, scope of work, and requirements for delivering shower trailers, laundry trailers, portable toilets, and handwashing services from May 25, 2025, to June 15, 2025. The total estimated contract amount is USD 9,000,000. The document emphasizes compliance with federal regulations, including a requirement to complete necessary representations and certifications via the System for Award Management (SAM). Additionally, suppliers must adhere to specific clauses regarding performance evaluations and contractor responsibilities for workforce management, safety regulations, and service contract reporting. Queries regarding the solicitation are directed to the issuing officer. The structured format includes sections on deliverables, pricing, inspection locations, and contract administration details, all aimed at ensuring clarity in the procurement process while advocating for small business engagement in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Portable Latrines and Hand Wash Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the rental and maintenance of portable latrines and hand wash stations at Fort Gregg-Adams, Virginia. The procurement includes a five-year contract with a phase-in period starting March 1, 2025, followed by a base year and four option years, requiring contractors to provide various types of units, including standard, ADA-compliant, and handwashing stations, while adhering to strict maintenance and quality standards. This initiative is crucial for ensuring sanitation and hygiene in military operations, reflecting the government's commitment to public health and compliance with federal regulations. Proposals are due by March 10, 2025, and interested parties can contact Heather Jarratt at heather.b.jarratt.civ@army.mil or Dr. Regina Givens at regina.n.givens.civ@army.mil for further information.
    Amendment 1 to Portable Latrines: Fort Johnson and Joint Readiness Training Center
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for a contract related to the provision and maintenance of portable latrines at Fort Johnson, Louisiana, under a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The contract encompasses the delivery, setup, cleaning, and removal of portable latrines, with a focus on servicing military training events and ensuring compliance with environmental regulations and quality control standards. This procurement is critical for maintaining sanitation during military operations, with a total estimated value of approximately $9 million over a base period from March 16, 2025, to March 15, 2026, including option years extending through March 2030. Interested contractors must submit their proposals in PDF format and can contact Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil for further information.
    Latrines, Showers, and Hand Washing Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide portable latrines, showers, and hand washing stations at Fort Knox, Kentucky. The procurement aims to establish a reliable sanitation service that includes the rental, servicing, and waste disposal of portable sanitation facilities, ensuring compliance with safety and quality standards. This contract, valued at $9,000,000, is set aside for small businesses, particularly women-owned small businesses, reflecting the government's commitment to enhancing sanitary conditions in military operations. Interested vendors should contact Kristy Mattingly at kristy.n.mattingly.civ@army.mil or 502-624-1493 for further details and adhere to submission guidelines by the specified deadline.
    Family Day and Friendship Day Airshows 2025: Port-a John Contract
    Buyer not available
    The Department of Defense, specifically the Commanding Officer of the Department of the Navy, is soliciting proposals for the provision of portable sanitation services during the 2025 Family Day and Friendship Day events at Marine Corps Air Station Iwakuni, Japan. The contractor will be responsible for delivering and maintaining a variety of sanitation units, including 267 regular portable toilets, 90 urinal style toilets, 40 government-owned toilets, 9 handicap-accessible toilets, and multiple hand washing stations, ensuring compliance with federal acquisition regulations and performance standards. This procurement is crucial for maintaining sanitary conditions during large public gatherings, reflecting the U.S. government's commitment to public health and safety. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by following the guidelines outlined in RFQ No. M62613-25-Q-0002, with inquiries directed to Hiroshi Sakuta at sakuta.hiroshi.ja@usmc.mil or Toru Fujioka at toru.fujioka.ja@usmc.mil.
    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.
    ISTF Waste Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for waste removal services at the United States Marine Corps Training Facility in Okinawa, Japan, under solicitation number M6740025Q0008. The contractor will be responsible for the installation and maintenance of portable toilets and hand wash stations, as well as the removal of waste and grey water, with a focus on compliance with local regulations and environmental standards. This contract is crucial for maintaining sanitation and hygiene at the facility, ensuring minimal disruption to military operations, and supporting local veterans and small businesses. Interested parties should contact Capt Caleb Rogers at caleb.h.rogers.mil@usmc.mil or Erich Lamm at erich.lamm@usmc.mil for further details, with the contract period running from April 17 to December 16, 2025.
    Chemical Toilets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide rental and servicing of chemical toilets at Holloman Air Force Base (AFB) in New Mexico. The procurement involves supplying three double-mounted chemical toilet trailers on a monthly basis for a five-year period, commencing August 1, 2025, with requirements for weekly servicing, sanitation, and compliance with environmental regulations. This service is crucial for maintaining sanitation standards and operational readiness at the base. Interested vendors must adhere to the submission deadlines outlined in the solicitation and can contact Darius Evans at darius.evans.4@us.af.mil or Jacob Stallings at jacob.stalling@us.af.mil for further inquiries.
    Rental of Eight (8) Chemical Toilets
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking rental services for eight chemical toilets for the period from July 22, 2025, to July 22, 2026, with options for extensions until October 17, 2026. The procurement requires that the units be standalone, serviced twice weekly, and properly equipped, with documentation of services provided alongside invoices. This contract is crucial for maintaining sanitary conditions at the shipyard, emphasizing the importance of compliance with federal regulations and service specifications. Interested vendors must be registered in the System for Award Management (SAM) and submit their bids via email, detailing pricing and technical specifications, with the primary contact for inquiries being Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    Marine Corps Installations East- Waste Management Services
    Buyer not available
    The Department of Defense, specifically the Commanding General of Marine Corps Installations East, is seeking qualified contractors to provide waste management services at Camp Lejeune, North Carolina. The procurement involves a fixed-price contract for the delivery, setup, routine servicing, and removal of portable toilets, hand washing stations, dumpsters, and gray water tanks to support military training activities within a 60-mile radius of the base. These services are crucial for maintaining sanitary conditions during training operations, ensuring compliance with health and safety standards. Interested small businesses are encouraged to contact Jennifer Nelson at jennifer.blair@usmc.mil or Nathan Burns at nathan.p.burns.mil@usmc.mil for further details, as this opportunity is set aside for total small business participation.