Mobile Bathroom Trailer Custodial Service
ID: W50S8R26Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OHANG 179MANSFIELD, OH, 44903-8049, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Mobile Bathroom Trailer Custodial Services at Mansfield, Ohio, under a Request for Quotation (RFQ) W50S8R26Q0002. The procurement includes custodial services for a mobile restroom trailer, which features 10 stalls and a 900-gallon waste tank, requiring weekly cleaning and restocking of supplies, as well as additional surge pumping services throughout the year. This contract is a total small business set-aside, with a firm-fixed price purchase order anticipated for a base year and four option years, running from November 2025 to November 2030. Interested parties must submit their electronic quotes by November 4, 2025, at 10:00 AM EST, and all inquiries should be directed to James E. Kliewer at james.kliewer.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, W50S8R26Q0002, outlines numerous clauses and provisions applicable to federal contracts, particularly those involving the Department of Defense. Key areas covered include contractor representations and certifications related to business operations, supply chain security, and payment processing. The document details requirements for offerors regarding compliance with safeguarding defense information, whistleblower rights, prohibitions on certain telecommunications equipment, and restrictions on business with specific regimes (Maduro and Xinjiang Uyghur Autonomous Region). It also includes instructions for electronic payment submissions via Wide Area WorkFlow (WAWF) and comprehensive guidance on offeror representations concerning small business status, Buy American Act compliance, and prohibitions on inverted domestic corporations and entities engaging in certain activities related to Iran. The file emphasizes adherence to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring transparency, ethical conduct, and national security in government contracting.
    This Performance Work Statement (PWS) outlines the requirements for custodial and sanitation services for a mobile bathroom trailer at Mansfield ANG Wing, Mansfield, OH. The contractor will be responsible for pumping and disposing of waste, cleaning and sanitizing restroom facilities, restocking supplies (toilet paper, paper towels, soap), and replenishing holding tank chemicals weekly. The contract includes a one-year base period and four option years. The services will be performed Monday through Thursday, 0800-1630, excluding federal holidays. Key requirements include compliance with safety and environmental regulations, submission of cleaning product lists and Safety Data Sheets (SDS), detailed waste disposal records, and periodic service reports. Contractor personnel must adhere to installation security policies, complete antiterrorism training, and be clearly identifiable as contractors.
    This government file, Wage Determination No.: 2015-4735, Revision No.: 27, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Richland County, Ohio. It specifies that contracts entered into on or after January 30, 2022, are subject to Executive Order 14026, requiring a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, with a minimum of $13.30 per hour for 2025. The document details health and welfare benefits ($5.55/hour or $5.09/hour with EO 13706), vacation (2-4 weeks after 1-15 years), and eleven paid holidays. It also includes specific wage rates for numerous occupations across various sectors, along with footnotes regarding computer employee exemptions, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. The conformance process for unlisted occupations is also described.
    This document is a quote/purchase agreement for a new 32FT 10 Station ADA Lowering Restroom Trailer with a 900-gallon waste tank, intended for FedHarmony – 179th Cyberspace Wing US Air National Guard in Columbus, OH. The trailer has an estimated lead time of 16 weeks and includes standard features like an all-steel frame, electric brakes, insulated walls, LED lighting, vinyl flooring, and a 13,500 BTU AC unit. Buyers can choose exterior, interior, and flooring colors. Optional features available at an additional cost include various water tank sizes, a cold weather package, solar panel charging, a generator mount, and an ADA lowering module. The agreement also lists available accessories such as electric hand dryers, soap dispensers, and stainless steel mirrors. Third-party financing is available through WEF.
    This document outlines the requirements for a new contract to provide custodial services for a 32-foot National Restroom Trailer with 10 stalls (7 toilets, 3 urinals, 5 sinks, including one ADA-compliant set) located at 1947 Harrington Memorial Rd, Mansfield, Ohio 44903. The trailer has a 900-gallon waste tank and is expected to be used by 40 personnel daily. The contractor will be responsible for weekly servicing, including an additional 8 surge pumpings per year, and must provide all consumables (toilet paper, soap, paper towels, disinfectants, blue tank chemical). The government will provide power, water, the waste holding tank, and propane. The contractor must dispose of waste at an EPA-compliant off-base facility and cover all tipping fees. Work hours are Monday through Thursday, 0800-1630, with cleaning at least once a week. The quote due date has been revised to November 4, 2025. No contract will be awarded until appropriated funds are available. Background checks are required for site access, and contractor performance will be evaluated based on PWS Exhibit 1 and 2 standards.
    This government file details a Request for Quote (RFQ) for custodial and waste disposal services for a single 32-foot National Restroom Trailer located at 1947 Harrington Memorial Rd, Mansfield, Ohio 44903. The trailer features 10 stalls, including 7 toilets, 3 urinals, and 5 sinks, one of which is ADA compliant, and has a 900-gallon waste tank. Services include weekly cleaning, restocking of contractor-provided consumables (toilet paper, soap, paper towels), and off-site waste disposal by an EPA-compliant facility, with the contractor responsible for tipping fees. The government will provide power, water, a waste holding tank, and propane. The quote due date is November 4, 2025. This is a new contract with no incumbent, and award is contingent on fund availability. Background checks for personnel are required for site access.
    This Request for Quotation (RFQ) W50S8R26Q0002 is a 100% small business set-aside for Mobile Bathroom Trailer Custodial Services, including surge pumping, over a base year and four option years (November 2025 to November 2030). No site visit will be conducted. Offerors must submit electronic quotes by November 4, 2025, 10:00 AM EST, comprising four volumes: Performance of Work Understanding, Methodology and Approach, Staffing Plan, and Price. Questions are due by October 16, 2025. Award will be a firm-fixed-price purchase order based on a comparative evaluation of technical factors (understanding, methodology, staffing plan) and price, with a minimum "Acceptable" technical rating required. Funds are not currently available, and no award will be made until appropriated funds are secured.
    This Request for Quotation (RFQ) W50S8R26Q0002 is a 100% small business set-aside for Mobile Bathroom Trailer Custodial Services. The solicitation seeks a firm-fixed price purchase order for a base year (November 2025-2026) and four option years (up to November 2030). Contractors must provide all personnel, equipment, tools, materials, supervision, and quality control. Quotes are due by November 4, 2025, 10:00 A.M. EST, and must include four volumes: Performance of Work Understanding, Methodology and Approach, Staffing Plan, and Price. Proposals will be evaluated on technical factors (understanding of work, methodology, and staffing plan) and price. Funds are not yet available, and no award will be made until appropriated funds are secured.
    This Request for Quotation (RFQ) W50S8R26Q0002 is a 100% small business set-aside for Mobile Bathroom Trailer Custodial Services. The solicitation seeks quotes for a firm-fixed price purchase order for a base year (October 23, 2025 – October 22, 2026) and four option years, each for 12 months of service. Contractors are required to provide all personnel, equipment, tools, materials, supervision, and quality control. Quotes must be submitted electronically by October 21, 2025, 10:00 A.M. EST, to jeffrey.snyder.20@us.af.mil, and include four volumes: Performance of Work Understanding, Methodology and Approach, Staffing Plan, and Price. Questions are due by October 16, 2025, 1:00 PM ET. Award will be based on the most advantageous offer, considering technical factors (understanding, methodology, staffing plan) and price, with a minimum "Acceptable" technical rating required.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing waste disposal, cleaning, and restocking supplies. This initiative is crucial for supporting the operational needs of the 36th Wing and surrounding areas, with call orders issued on an as-needed basis. Interested vendors must submit their quotes by December 10, 2025, and direct any inquiries to TSgt Steven Piper at steven.piper.5@us.af.mil or by phone at 671-689-0808.
    W085--534-26-1-5682-0002 / ADA 3 Stall Restroom Trailer Albemarle Parking Lot (VA-26-00007827) / (VA-26-00018355)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide an ADA-compliant three-stall restroom trailer for the Ralph H. Johnson VA Medical Center in Charleston, SC. The procurement includes the furnishing, installation, and maintenance of the restroom trailer, which must meet specific dimensions and utility requirements, along with weekly waste removal and bi-weekly janitorial services. This service is crucial for ensuring accessible restroom facilities for veterans and visitors, enhancing the overall experience at the medical center. Interested vendors should note that the offer due date is December 9, 2025, and can contact Contracting Officer Don Grier at Don.Grier@va.gov for further information.
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    Portable Toilets - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet and vehicle rental services under the combined synopsis/solicitation RFQ FA441826Q00042 for the PALMETTO REACH project in Saipan and Palau. The procurement requires the delivery and servicing of four portable toilets and two handwashing stations at each location, with services including installation, cleaning, and maintenance from January 14-20, 2026. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and ethical business practices. Interested vendors must submit their quotes by 12:00 PM EST on December 15, 2025, and can contact SrA Levi Mowrey at levi.mowrey@us.af.mil or 843-963-5857 for further details.
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    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.
    63rd DPW CUSTODIAL SERVICES, TYLER, TEXAS - TX196
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide custodial services at the Armed Forces Reserve Center (ARFC) TX196 located in Tyler, Texas. This procurement involves a non-personal services contract with a base period starting from January 1, 2026, to December 31, 2026, along with four optional twelve-month periods and a six-month option to extend services. The custodial services are crucial for maintaining cleanliness and hygiene standards at the facility, ensuring a safe and functional environment for military personnel. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 520-706-2496 for further details.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Custodial Services TX075
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Victoria ARC located in Victoria, Texas. The procurement involves non-personal custodial services with a performance period from December 16, 2025, to December 15, 2026, which includes one base year and four option years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and functional environment. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 520-706-0368 for further details regarding this total small business set-aside opportunity.