Enhanced Portable Restroom
ID: N0017425R0035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Septic Tank and Related Services (562991)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals for the rental of one Enhanced Portable Restroom for a duration of one year. The procurement includes the delivery and weekly servicing of the restroom, as well as the provision of a 4x4 containment tray, with all services subject to inspection to ensure compliance with contract specifications. This initiative underscores the importance of maintaining robust sanitation facilities within military contexts, adhering to federal safety and health regulations. Proposals are due by February 24, 2025, and interested parties can contact Laura Adams at laura.a.adams41.civ@us.navy.mil or by phone at 301-744-4297 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) RFPREQ-G3-0028 outlines requirements for the rental of Enhanced Portable Restrooms at the San Diego Naval Base. The contractor is tasked with providing several deliverables: the enhanced portable restroom rental, weekly servicing, and a 4x4 containment tray for restroom use. Deliveries and pick-ups must adhere to specifications set forth in the contract, and all will be inspected by a designated representative to ensure compliance with the order's quantity and condition. Points of contact for inquiries include William Carroccia and Acquisition Technical Specialist Jeremy J. Jones, who can be reached via phone and email. This SOW highlights the government's need for robust sanitation facilities, emphasizing compliance with guidelines and operational support in a military context.
    The Statement of Work (SOW) outlines the requirements for the rental of MK 38 portable restrooms, as specified in contract number TBD under RFPREQ-G3-0028. The contractor is responsible for providing enhanced portable restrooms along with four key deliverables: the rental of the portable restrooms, weekly service, a containment tray, and the delivery and pick-up of the restrooms. Inspections and acceptance of the deliveries will take place at the designated destination, verified by the ISEA G32 Representative, William Carroccia. All deliveries must meet the specifications and timelines set forth in the contract. For any inquiries regarding the SOW, stakeholders are encouraged to contact the Technical Point of Contact (TPOC), William Carroccia, or the Acquisition Technical Specialist, Jeremy J. Jones. The document conveys the need for efficient restroom solutions and oversight to ensure service standards are met, reflecting the government's commitment to maintaining functionality and hygiene in public service contexts.
    The document outlines a Request for Proposal (RFP) for the provision of enhanced portable restroom services for the Naval Surface Warfare Center (NSWC) Indian Head Division, with proposals due by February 24, 2025. It specifies several items needed, including the delivery and pickup of portable restrooms, service charges, and a containment tray. The contract is open to small businesses and requires adherence to various Federal Acquisition Regulation (FAR) clauses, promoting fair labor practices and subcontracting policies. Details regarding inspection, acceptance, and delivery terms highlight that services will be inspected at the destination and must align with specified delivery dates from February 28, 2025, to February 27, 2026. The document emphasizes compliance with safety and health regulations, stipulating the importance of following the guidelines set by the Department of Defense. This procurement process represents a structured effort to enhance operational support within government facilities while ensuring adherence to federal standards. The focus on small businesses, including women and veteran-owned enterprises, aligns with federal initiatives to foster diversity in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/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.
    45--TOILET,MARINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of marine toilets, specifically NSN 4510015608927, with a total quantity of 14 units required for delivery. This solicitation is a Combined Synopsis/Solicitation and is set aside for HUBZone small businesses, emphasizing the importance of supporting local economies while fulfilling military needs. The marine toilets are critical components for naval vessels, ensuring proper sanitation and waste disposal in marine environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 167 days after the award date.
    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.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    Sewage Cleanup Bks 332
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for sewage cleanup services at Building 332 located in Parris Island, South Carolina. The primary objective of this procurement is to address and remediate sewage-related issues within the troop housing facilities, ensuring a safe and sanitary environment for personnel. This cleanup is crucial for maintaining the operational readiness and health standards of military housing. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or by phone at 843-228-2703, or contact Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further details regarding the opportunity.
    (W16) Brand Name Mandatory for Procure EDS system
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.
    N0SSA FURNITURE REMOVAL
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command at the Naval Surface Warfare Center Indian Head Division, is soliciting quotes for furniture removal services under Request for Quote (RFQ) N0017426Q1010. The procurement involves the removal and disposal of 32 office cubicles and miscellaneous office furniture, with the requirement to complete the service within one week of contract award. This opportunity is particularly significant as it supports the efficient management of office space and resources within the Navy, with a total estimated award amount of $47,000,000. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by 12 PM Eastern Time on December 22, 2025, and can contact Christina E. Simpson at christina.e.simpson.civ@us.navy.mil or 301-744-6627 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.