Latrines, Showers, and Hand Washing Stations
ID: PANMCC24P0000014210Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, 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
  1. 1
    Posted Oct 18, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 18, 2024, 12:00 AM UTC
  3. 3
    Due Oct 25, 2024, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide portable latrines, hand wash stations, and shower trailer rentals at Fort Knox, Kentucky. This procurement is a requirements type contract aimed at ensuring sanitary conditions for government units operating within the installation, with the selected vendor responsible for delivering and servicing these facilities as needed. The contract will span one base year with four option years, commencing on May 1, 2025, and concluding on April 30, 2030, with the solicitation expected to be published on SAM.gov around February 15, 2025. Interested parties can contact Kristy Mattingly at kristy.n.mattingly.civ@army.mil or 502-624-1493 for further details.

Point(s) of Contact
Files
Title
Posted
Oct 18, 2024, 6:10 PM UTC
The document appears to be a draft related to federal government Requests for Proposals (RFPs) and grants at various levels, although specific content is not provided. Its primary purpose is likely to outline guidelines, key requirements, and expectations for potential applicants seeking federal funding or contract opportunities. The structure may include sections detailing eligibility criteria, submission processes, evaluation metrics, and deadlines, which are crucial for applicants in formulating their proposals. The main topic revolves around enabling organizations to understand and navigate the complexities of securing government funding and contracts effectively. While specifics regarding the types of projects or funding scenarios are missing, it suggests a commitment to transparency and support for entities interested in pursuing federal and state assistance. The draft likely serves as a foundational reference, ensuring applicants align with governmental priorities and compliance standards when responding to RFPs or grants. Overall, the document is integral in fostering awareness and preparedness for entities engaging with federal and state funding initiatives.
The Statement of Work (SOW) outlines a non-personal service contract for providing portable latrine services at Fort Knox, Kentucky. The contractor is responsible for delivering portable toilets, shower facilities, and hand washing stations, including transportation, maintenance, and waste disposal. Key responsibilities include developing a Quality Control Plan for service oversight, adhering to quality assurance standards, and submitting periodic reports on workload and service performance. The document details operational procedures, including service frequency, waste disposal, and safety measures. It emphasizes compliance with relevant government regulations and installation access protocols. Contractor personnel must undergo anti-terrorism and operations security training. Additional sections describe government-furnished property, contractor responsibilities, and performance thresholds for contract compliance. The main purpose of the SOW is to establish clear expectations and requirements for contractors to ensure effective delivery of sanitation services, reflecting the federal contract framework's emphasis on accountability, quality, and safety measures critical in government RFPs.
The U.S. Government has issued a Sources Sought Notice to procure portable latrines, hand wash stations, and showers for Fort Knox, KY. The selected vendor will also manage the necessary equipment maintenance to ensure sanitary conditions. This procurement is set aside for small businesses, contingent upon at least two responding with sufficient qualifications. If no such responses are received, the government cannot set aside the requirement. The notice emphasizes participation from small businesses across various socioeconomic categories, urging them to outline their capabilities. The notice does not constitute a formal request for proposals, bids, or quotes, nor does it obligate the government to procure services. Interested vendors must respond by October 25, 2024, and must provide specific details about their business type, interest in the contract, previous experience, pricing structures, and suggestions to enhance competition. Compliance with federal regulations regarding subcontracting is highlighted. The document serves to inform potential contractors about the forthcoming procurement and encourages broad participation, particularly from qualified small businesses, to facilitate competition and ensure effective service delivery at Fort Knox. The anticipated NAICS code for this requirement is 562991, related to portable toilet services.
Lifecycle
Title
Type
Presolicitation
Sources Sought
Similar Opportunities
Portable Latrines and Hand Wash Stations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the rental and maintenance of portable latrines and hand wash stations at Fort Gregg-Adams, Virginia. The procurement includes a five-year contract with a phase-in period starting March 1, 2025, followed by a base year and four option years, requiring contractors to provide various types of units, including standard, ADA-compliant, and handwashing stations, while adhering to strict maintenance and quality standards. This initiative is crucial for ensuring sanitation and hygiene in military operations, reflecting the government's commitment to public health and compliance with federal regulations. Proposals are due by March 10, 2025, and interested parties can contact Heather Jarratt at heather.b.jarratt.civ@army.mil or Dr. Regina Givens at regina.n.givens.civ@army.mil for further information.
Amendment 1 to Portable Latrines: Fort Johnson and Joint Readiness Training Center
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for a contract related to the provision and maintenance of portable latrines at Fort Johnson, Louisiana, under a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The contract encompasses the delivery, setup, cleaning, and removal of portable latrines, with a focus on servicing military training events and ensuring compliance with environmental regulations and quality control standards. This procurement is critical for maintaining sanitation during military operations, with a total estimated value of approximately $9 million over a base period from March 16, 2025, to March 15, 2026, including option years extending through March 2030. Interested contractors must submit their proposals in PDF format and can contact Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil for further information.
Portable Toilet Services Master Blanket Purchase Agreement
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Portable Toilet Services at Fort Drum, NY. The services include providing portable chemical toilets and wash station set-up, servicing, and relocation as needed at various locations throughout Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC) for calls issued up to $10,000. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.
Nolin cleaning Contract
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. The contract, which is set aside for small businesses under NAICS code 561720, requires comprehensive cleaning and maintenance services for public recreation areas, including restrooms, picnic shelters, and playgrounds, with a maximum value of $22 million over a base year from April 1, 2025, to March 31, 2026, and options for three additional one-year extensions. This procurement is crucial for maintaining cleanliness and safety in recreational facilities, enhancing visitor experiences while adhering to federal regulations. Interested contractors must register with the System for Award Management (SAM) and submit their quotes electronically by February 25, 2025; for further inquiries, they can contact Marcie Billotto at marcie.billotto@usace.army.mil or call 502-315-6213.
Family Day and Friendship Day Airshows 2025: Port-a John Contract
Buyer not available
The Department of Defense, specifically the Commanding Officer of the Department of the Navy, is soliciting proposals for the provision of portable sanitation services during the 2025 Family Day and Friendship Day events at Marine Corps Air Station Iwakuni, Japan. The contractor will be responsible for delivering and maintaining a variety of sanitation units, including 267 regular portable toilets, 90 urinal style toilets, 40 government-owned toilets, 9 handicap-accessible toilets, and multiple hand washing stations, ensuring compliance with federal acquisition regulations and performance standards. This procurement is crucial for maintaining sanitary conditions during large public gatherings, reflecting the U.S. government's commitment to public health and safety. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by following the guidelines outlined in RFQ No. M62613-25-Q-0002, with inquiries directed to Hiroshi Sakuta at sakuta.hiroshi.ja@usmc.mil or Toru Fujioka at toru.fujioka.ja@usmc.mil.
Long Beach, CA Sanitation Port Operations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide sanitation port operations services in Long Beach, California, under a total small business set-aside contract. The procurement involves the rental of portable latrines, handwash stations, shower trailers, and laundry trailers for military training events scheduled from May 25 to June 15, 2025, with a total estimated contract value of $9,000,000. These services are critical for maintaining public health standards and operational readiness during military exercises, ensuring that personnel have access to essential sanitation facilities. Interested contractors should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details and must adhere to the outlined requirements, including compliance with federal regulations and submission deadlines.
2025 JBLE Air Show-Port-A-Johns
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide restroom facilities for the 2025 JBLE Air Show at Langley Air Force Base in Virginia. The procurement involves renting Port-A-Potties, latrine trailers, and handwashing stations, with responsibilities including delivery, setup, and removal of these facilities, while ensuring compliance with safety regulations and maintaining the integrity of the airfield. This service is crucial for enhancing attendee comfort and safety during the event scheduled for April 24-27, 2025. Interested vendors must submit their proposals via email by March 3, 2025, and can contact Aaron Edgell at aaron.edgell@us.af.mil for further information.
Rental of Eight (8) Chemical Toilets
Buyer not available
The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking rental services for eight chemical toilets for the period from July 22, 2025, to July 22, 2026, with options for extensions until October 17, 2026. The procurement requires that the units be standalone, serviced twice weekly, and properly equipped, with documentation of services provided alongside invoices. This contract is crucial for maintaining sanitary conditions at the shipyard, emphasizing the importance of compliance with federal regulations and service specifications. Interested vendors must be registered in the System for Award Management (SAM) and submit their bids via email, detailing pricing and technical specifications, with the primary contact for inquiries being Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
Fort Riley Custodial Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under a contract that spans from 2025 to 2030. The procurement aims to maintain cleanliness and hygiene across approximately 130 facilities, covering over one million square feet, with a focus on high-traffic areas and sensitive environments such as Child Development Centers. This contract is crucial for ensuring a safe and sanitary environment for military personnel and visitors, adhering to federal standards and regulations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Selvena Carter at selvena.b.carter.civ@army.mil or Richard Brown at richard.d.brown144.civ@army.mil.
BPA Latrine & Pumping
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.