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 U.S. Army, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) to provide sanitation support services at the Port of Long Beach, California. The contract encompasses the rental and maintenance of portable sanitation facilities, including latrines, handwash stations, shower trailers, and laundry services, required for a three-week period from May 25 to June 15, 2025. This procurement is crucial for ensuring public health and hygiene standards during military training events, with a total estimated contract value of $9 million. Interested contractors must submit their bids by the specified deadlines and can direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract regarding the provision of sanitation support services near Long Beach, CA, specifically focusing on delivering shower trailers, laundry services, and portable restrooms. Managed by the U.S. Army, the total award amount is set at $9 million, with specific responsibilities assigned to the contractor concerning power, water, and maintenance of the facilities. The solicitation includes detailed requirements for performance work statements (PWS), invoicing procedures, compliance with federal regulations, and contractor qualifications. Additionally, it entices interested businesses by being a set-aside for small, economically disadvantaged women-owned enterprises among others. The solicitation stipulates the importance of submitting bids by specified deadlines and adhering to accurate representations and certifications, including necessary insurance coverage and labor standards compliance. Overall, this solicitation is structured to attract and ensure the participation of qualified small businesses in government contracting while establishing clear expectations for contractor performance and deliverables.
    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.
    The document outlines the amendment for a federal solicitation, primarily extending the date for receipt of offers and incorporating responses to vendor questions relating to power and water obligations at the contract site. It specifies that contractors must acknowledge receipt of the amendment to ensure their offers are considered, and outlines procedures for modifying submitted offers. Key amendments also involve updates to the terms and conditions relevant to federal contracts, invoking various Federal Acquisition Regulation (FAR) clauses pertaining to labor standards, subcontracting, and veteran and women-owned business classifications. The clarification provided in vendor questions emphasizes the contractor's responsibility for utilities and the provision of necessary equipment. Overall, this document serves to maintain transparency and compliance within the federal contracting process, ensuring that potential bidders have clear guidelines and requirements as they prepare their proposals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    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.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    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.
    Custodial Service Starbase San Luis Obispo
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at the STARBASE San Luis Obispo facility in California. The contract requires the contractor to provide all necessary personnel, equipment, supplies, and management to maintain cleanliness and safety standards in buildings 706 and 703, with services including routine cleaning three times a week and compliance with an annual cleaning schedule. This procurement is a total small business set-aside, with a solicitation number W912LA26QA100, and quotes are due by January 16, 2026, at 10:00 AM PST. Interested vendors should contact Thomas R. Lamont at thomas.r.lamont3.civ@army.mil for further details and to obtain the necessary attachments for submission.
    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.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    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.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.