ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

PORT O JOHN RENTAL SERVICE

DEPARTMENT OF HOMELAND SECURITY 67100PR26000409
Response Deadline
Jan 23, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard Training Center (TRACEN) in Cape May, New Jersey, is soliciting proposals for the rental and weekly servicing of seventeen portable toilet units. The contractor will be responsible for delivering, setting up, and maintaining these units, which must include hand sanitizer dispensers, as well as providing emergency response services for unsanitary conditions and final removal at the end of the contract period. This procurement is critical for supporting continuous training and medical operations at the facility, ensuring sanitary conditions for personnel. Interested small businesses must submit their quotes by January 23, 2026, with the contract potentially extending through January 31, 2030, and should direct inquiries to John Caicedo at john.h.caicedo2@uscg.mil or by phone at 206-815-1586.

Classification Codes

NAICS Code
562991
Septic Tank and Related Services
PSC Code
W085
LEASE OR RENTAL OF EQUIPMENT- TOILETRIES

Solicitation Documents

5 Files
7m_Wage Determination.pdf
PDF4651 KBJan 15, 2026
AI Summary
This government file is a wage determination under the Service Contract Act for Cape May County, New Jersey, detailing minimum wage rates and fringe benefits for various occupations. It covers administrative, automotive, food service, health, IT, and maintenance roles, among others. Key provisions include health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 covered contracts), paid vacation (1-4 weeks based on service), and ten paid holidays. The document also outlines specific rules for computer employees and night/Sunday pay for air traffic controllers and weather observers. Hazardous pay differentials for ordnance work and uniform allowances are specified. It concludes with procedures for conforming unlisted job classifications, emphasizing adherence to the “Service Contract Act Directory of Occupations” and Department of Labor guidelines.
7m_SCA Poster.pdf
PDF187 KBJan 15, 2026
AI Summary
This document outlines labor law requirements for government contracts under the Walsh-Healey Public Contracts Act (PCA) and the Service Contract Act (SCA). It details federal minimum wage standards, overtime pay at 1.5 times the basic rate for hours exceeding 40 per week, and specific fringe benefit rules (required for SCA, not PCA). Child labor prohibitions include no one under 16 on PCA contracts and general restrictions against those under 16 for PCA, with exceptions. Safety and health conditions must be sanitary and non-hazardous, enforced by OSHA. The document also provides contact information for the Department of Labor's Wage and Hour Division and OSHA for complaints and information. Prime contractors are liable for violations by their secondary contractors under both acts. For SCA contracts exceeding $2,500, specific wage and fringe benefit determinations apply, and employees must receive notice of compensation.
12a_Provisions and Clauses.pdf
PDF345 KBJan 15, 2026
AI Summary
This Request for Quotation (RFQ) outlines the terms, conditions, and clauses for federal government acquisitions, specifically referencing Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) guidelines. It details provisions for offerors, including certifications regarding independent price determination, economic purchase quantity for supplies, and various small business program representations. The RFQ specifies a Firm Fixed Price contract and provides evaluation criteria for awards, emphasizing technical capability, past performance, and price for services such as portable toilet rental and servicing. It also includes comprehensive contract terms and conditions covering inspection, payment, termination, and compliance with federal laws, alongside specific HSAR clauses for commercial items and IT security training requirements. Invoice instructions for electronic submission via the Invoice Processing Platform (IPP) are also provided, along with tax exemption information for federal agencies.
12a_Solicitation-Commercial-Products-Services.pdf
PDF230 KBJan 15, 2026
AI Summary
The U.S. Coast Guard Training Center (TRACEN) Cape May issued Solicitation Number 67100PR26000409, an RFQ for the rental and weekly servicing of seventeen portable toilet units. This acquisition is 100% set-aside for small business concerns, with a NAICS code of 562991 ($9.0M small business size standard) and Product Service Code W085. The contract includes a base period from February 1, 2026, to January 31, 2027, and three one-year option periods, extending potentially until January 31, 2030. Services encompass delivery, setup, weekly maintenance (waste removal, cleaning, deodorizing, restocking, minor repairs), emergency response for unsanitary conditions, and final removal. Quotes are due by January 23, 2026, 11:00 EST. Award will be a Firm-Fixed Price contract based on best value, evaluating technical capability, past performance, and price. Offerors must provide pricing for all line items, a detailed technical proposal (max 30 pages), and past performance data for two relevant contracts within the last five years. Invoices will be submitted monthly through the Invoice Processing Platform (IPP).
3c_Statement of Work.pdf
PDF152 KBJan 15, 2026
AI Summary
The U.S. Coast Guard Training Center (TRACEN) Cape May requires portable toilet rental and servicing to support continuous training and medical operations. This Statement of Work (SOW) outlines the need for 17 standard portable toilet units equipped with hand sanitizer, to be delivered and placed at the Medical and Training Buildings. The contractor is responsible for weekly servicing, including waste removal, cleaning, deodorizing, and restocking consumables. Furthermore, the contractor must provide emergency response within 24-48 hours for unsanitary conditions, overflows, leaks, or damage, ensuring units meet cleanliness and functionality standards. The contract spans a one-year base period and four one-year option periods, with all services performed at TRACEN Cape May. The contractor must provide qualified personnel, maintain continuous support, and adhere to identification and conduct policies. The government will not furnish resources, and the contractor is responsible for all necessary materials, equipment, and services.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 15, 2026
deadlineResponse DeadlineJan 23, 2026
expiryArchive DateFeb 7, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
SPECIAL MISSION TRAINING CENTER (SM

Point of Contact

Name
JOHN CAICEDO

Place of Performance

Cape May, New Jersey, UNITED STATES

Official Sources