Portable Restrooms & Servicing - BPA Set Up
ID: 140L0125Q0009Type: Solicitation
AwardedAug 1, 2025
AwardeeTWINCREST ENTERPRISES LLC 120 N PROSPECT AVE APT D Redondo Beach CA 90277 USA
Award #:140L0125A0004
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTWASHINGTON DC OFFICEWASHINGTON, DC, 20003, 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 Bureau of Land Management (BLM) is soliciting proposals for a Blanket Purchase Agreement (BPA) for portable restroom rental and cleaning services at the Lower Potomac Field Station (LPFS) in Lorton, VA. The contract encompasses a one-year base period with four optional annual extensions, requiring the contractor to provide one portable restroom along with bi-weekly cleaning services, with the possibility of additional restroom rentals as needed. This initiative is crucial for maintaining sanitation at recreational sites managed by BLM, ensuring public health and environmental standards are met. Proposals are due by May 2, 2025, and interested parties can direct inquiries to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.

    Point(s) of Contact
    Rollins, Oksana
    (303) 236-1853
    (303) 236
    orollins@blm.gov
    Files
    Title
    Posted
    The document is an amendment to solicitation #140L015Q0009, concerning a Blanket Purchase Agreement (BPA) for portable toilet rental and cleaning services. It outlines that responses to questions raised under the solicitation are due by May 2, 2025, while the original quote submission deadline remains unchanged. The amendment clarifies several operational details, including service frequency, pricing structures, and documentation requirements for performance verification. Key clarifications include that 'bi-weekly' refers to a cleaning schedule of once every two weeks, resulting in a total of 26 cleanings annually for each portable toilet. The BPA will allow for additional short-term rentals of up to 10 units per year, which do not require cleaning during their rental period. It establishes that all pricing must be submitted upfront for it to be included in the BPA, and emphasizes no previous contractor or historical performance issues exist, thereby providing transparency for potential bidders. This amendment serves to streamline the procurement process while addressing vendor inquiries to ensure clarity on expectations and requirements for the service, aligning with standards for governmental RFP processes.
    The document is an amendment to Solicitation Number 140L0125Q0009, issued by the Bureau of Land Management (BLM) for portable restroom rental and cleaning services at the Lower Potomac Field Station (LPFS) in Lorton, VA. It focuses on renting additional portable restrooms, including handicap-accessible options, and providing bi-weekly cleaning services for them. The amended solicitation clarifies requirements regarding insurance, maintenance responsibilities for vandalized restroom units, and outlines monetary estimates for the contract, set as a firm-fixed price with an expected total value of $40,000 over five years. Key details include a deadline for quotes due by May 2, 2025, following responses to prior queries. The solicitation is a Total Small Business Set-Aside under the NAICS code 562991 for septic tank services. The contractor is responsible for all services, equipment, and compliance with safety and cleaning protocols. The contract may cover additional restroom rentals as requested throughout the service period, and the contractor's work is characterized as non-personal services, with no governmental supervision involved. Overall, the amendment aims to streamline the procurement process and stipulate responsibilities while ensuring compliance with relevant federal regulations.
    The Bureau of Land Management (BLM) is soliciting proposals for a Blanket Purchase Agreement (BPA) for portable restroom rental and cleaning services at the Lower Potomac Field Station (LPFS) in Lorton, VA. The contract will cover a one-year base period with four optional annual extensions, accommodating bids from small businesses under NAICS code 562991. The selected contractor will provide one portable restroom and bi-weekly cleaning services, with the potential to request additional restrooms as needed. The BPA aims for efficient, environmentally friendly sanitation solutions for recreation sites managed by BLM, including Meadowood and Douglas Point in Virginia and Maryland. The solicitation details include service requirements such as waste pumping, thorough cleaning, resupply of sanitary materials, and adherence to safety protocols. Proposals are due May 2, 2025, with inquiries accepted until April 23, 2025. This initiative aligns with government efforts to enhance public health facilities in recreational areas.
    Similar Opportunities
    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.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for snow removal services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming, under the solicitation titled "S--NHTIC SNOW REMOVAL 2026." The contract will cover a base year from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, and includes services such as snow plowing, sidewalk clearing, and ice removal to ensure safety for employees and the public. This procurement is particularly important for maintaining accessibility and safety in a historically significant area, with a focus on efficient snow management strategies. Interested bidders must submit their proposals via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov by December 22, 2025, at 2:00 PM Mountain Time, and are encouraged to review the updated bid schedule and site map provided in the amendments to the solicitation.
    GIMC Housekeeping Supply BPAs
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is planning to establish multiple Blanket Purchase Agreements (BPAs) for janitorial and housekeeping supplies at the Gallup Service Unit in New Mexico. The procurement includes a variety of essential items such as trash can liners, biohazardous bags, bathroom tissue, disinfectants, and cleaning equipment, which are critical for maintaining hygiene and sanitation standards in healthcare facilities. The anticipated period of performance spans one year with four optional extensions, starting from January 15, 2026, and interested vendors are encouraged to submit their capability statements and price lists by December 23, 2025, to the primary contact, Bertina Jones, at bertina.jones@ihs.gov.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    BFSU Trash Removal Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.