Portable Restroom Rental
ID: 70US0925Q70092294Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals for the rental of portable restrooms in Bedminster, New Jersey. The procurement involves providing both 3-stall and 10-stall restroom trailers, which must be in new and clean condition, along with maintenance services such as pump-outs and janitorial support. This initiative is crucial for ensuring adequate sanitation facilities during protective operations, reflecting the government's commitment to operational readiness and public health standards. Interested vendors should submit their quotes electronically, adhering to the guidelines outlined in the solicitation, with the contract expected to span one base year and up to three option years. For further inquiries, vendors can contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Quote (RFQ) for portable restroom rentals by the United States Secret Service (USSS) in Bedminster, NJ. The RFQ aims to solicit proposals for firm-fixed price contracts to supply portable restrooms as needed during protective operations. The solicitation specifies the required type and condition of the restrooms, including features like air conditioning, heat, and sanitation services. Proposals will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, ensuring compliance with the comprehensive Statement of Work (SOW) provided. Quotes must be submitted electronically, and responses to offeror questions will be handled through designated contacts, with strict guidelines for communication. The document also outlines vendor requirements, including registration with the System for Award Management (SAM) and compliance with security checks for personnel. The anticipated contract has a base year and three option years, emphasizing the importance of availability and timely service conformity to the USSS's demands for operational readiness. The details provided affirm the government's necessity for reliable and well-maintained restroom facilities in achieving operational objectives.
    This document outlines the pricing structure for the rental of restroom trailers as part of a government RFP. It encompasses base and option year pricing for both 4-day and 7-day rental periods for two types of trailers: 3 Stall and 10 Stall Restroom Trailers. Each section specifies the costs associated with the trailers, including additional services such as pump outs and janitorial services for each trailer type. Notably, all mentioned rental prices include delivery and pick-up fees. The structured format allows for easy reference across multiple rental periods (base year and three option years) while maintaining clarity on additional service costs. This pricing sheet is essential for prospective contractors to understand the investment required for potential contracts related to the rental of restroom facilities in various government-managed projects and events.
    This document outlines a price sheet for restroom trailer rental services, structured into base and option years for various rental periods (4 days and 7 days). It details costs associated with 3-stall and 10-stall restroom trailers, additional pump-out services, and janitorial services, specifying that all pricing includes delivery and pickup fees. The document reflects procedures for federal and state procurement processes, aligned with Request for Proposals (RFPs) or grants involving sanitation services. Each section indicates the importance of transparent pricing and service options for budgeting and planning purposes, ensuring compliance with government contracting requirements. Overall, this price sheet serves as a comprehensive guide for potential bidders to submit competitive proposals for restroom services in alignment with government needs.
    The document addresses vendor inquiries related to a federal solicitation for renting restroom trailers. Key points include the clarification that both a 3-stall and a 10-stall trailer will be rented under one Contract Line Item Number (CLIN). The acceptability of white trailers and a 4-stall unit if a 3-stall is not available is discussed, with the latter being deemed too large. The specifications of the proposed 10-stall trailer, including stall and sink configurations, are approved. Additionally, the government will not provide fresh water and electrical hookups during cold months, as trailers will be removed when not in use. The preferred parking surfaces for each trailer are also specified. Vendors requested detailed pump-out and housekeeping fees to enhance competitiveness, leading to an updated pricing document. This solicitation reflects the federal government's need for portable sanitation solutions while ensuring adherence to specific requirements and conditions.
    The document is a combined synopsis and solicitation for renting portable restrooms for the United States Secret Service (USSS) during protective operations in Bedminster, NJ. The Request for Quote (RFQ) number is 70US0925Q70092284, and it follows the Federal Acquisition Regulation guidelines. Quotes will be evaluated on a Lowest Price Technically Acceptable basis, with a firm-fixed price contract awarded. The Statement of Work details that the contractor must provide portable restrooms, including a 3 Stall and a 10 Stall restroom trailer, ensuring they are in new and clean condition with operational facilities. The contractor must also provide maintenance services like pump-outs and janitorial support. Requirements include delivery and pickup coordination and being on-call for service. Key responsibilities include ensuring compliance with government regulations, maintaining communication with USSS points of contact, and submitting invoices electronically through the Invoice Processing Platform. The service contract is expected to span one base year, with options for up to three additional years. This procurement emphasizes adherence to specifications, timely service, and proper documentation to maintain safety and operational efficiency during the events requiring portable restrooms.
    Lifecycle
    Title
    Type
    Portable Restroom Rental
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    F550 Retrofitting
    Homeland Security, Department Of
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    AMENDMENT 1 - Q&A Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for janitorial services at the Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain a safe workspace environment for FEMA staff, covering approximately 22,500 square feet of office space. This procurement is crucial for ensuring operational readiness, particularly during Regional Response Coordination Center (RRCC) activations, which may require increased cleaning frequency. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Kendall Feaster at kendall.feaster@fema.dhs.gov, with a requirement for all quotes to remain valid for a minimum of 90 days.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4 sanitizer, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has been deemed non-operational after years of temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period spanning from February to March 2026, and interested vendors must submit their quotes by December 15, 2025, at 9 A.M. EST. For further inquiries, vendors can contact Timothy Ford or Sean Hoy via email at timothy.s.ford@uscg.mil and sean.w.hoy@uscg.mil, respectively.
    Pilot Locker Restroom Renovation
    Homeland Security, Department Of
    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.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    Travel Management Center (TMC) Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking to procure Travel Management Center (TMC) Support Services to assist in establishing effective travel management processes that meet functional, technical, and security requirements. This procurement is critical for maintaining mission-critical contractor support while transitioning to a new competitive contract, with plans to competitively procure these services by January 2024. The current contract is a sole-source justification to CW Government Travel, Inc. to ensure continuity and cost savings during this transition period. Interested vendors can reach out to primary contact D'Andre Taylor at dandre.taylor@usss.dhs.gov or secondary contact Shauntynee Penix at shauntynee.penix@usss.dhs.gov for further information.
    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.
    Soft-Sided Facilities and Wrap-around Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.