BPA Latrine & Pumping
ID: FA461325Q0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, 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 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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for providing portable latrines, oil/water separator, and grease trap services at F.E. Warren Air Force Base, Wyoming, in support of Strategic Arms Reduction Treaty (START) inspections. The contractor must furnish all necessary materials, labor, and equipment to meet both routine and emergency service demands while adhering to local, state, and federal regulations. Key performance objectives include timely supply delivery, urgent service response, and accurate invoicing. The document specifies government oversight through strict quality control measures, security protocols for contractor personnel, and compliance with environmental laws. The contractor is also responsible for maintaining safety standards and handling hazardous materials according to legal requirements. Operational guidelines set forth locations, operational hours, and holiday observances, while explicit training in anti-terrorism awareness and operational security (OPSEC) is mandated for contractor employees. Comprehensive record-keeping and timely reporting of incidents or spills are integral to the contract terms, emphasizing the importance of accountability and environmental stewardship. Overall, this PWS serves as a framework to ensure that sanitation services are delivered effectively, safely, and in compliance with military and environmental standards.
    The document is a Price List for Portable Latrines under a Decentralized Blanket Purchase Agreement, valid until March 31, 2026. It contains pricing details for delivery and rental of portable latrines, including specific rates associated with missile sites in Colorado, Nebraska, and Wyoming. The pricing is structured around different service categories, such as delivery prices during normal duty hours, weekly and monthly rentals, as well as provisions for large volume and special requests. It also includes rates for pumping services for grease traps and oil/water separators. Vendors must be registered in the System for Award Management (SAM) to be eligible for awards. A compliance section requests the company name, tax identification number, and relevant business classifications (e.g., small, women-owned, veteran-owned). The document is approved for use from April 1, 2025, serving as an official reference for the procurement of portable restroom services, ensuring compliance with federal contracting requirements.
    The Mission-Essential Contractor Services Plan for FE Warren AFB, Wyoming outlines the contractor's strategies to maintain essential kitchen hoods and ducts cleaning services during crises. This framework is based on DFARS Clause 252.237-7023, ensuring continuity of operations when activated by the Contracting Officer (CO). The plan focuses on providing Latrine and Pumping Services during emergencies, detailing procedures for acquiring essential personnel and resources for up to 30 days. Key considerations include staffing challenges, expedited personnel acquisition, and remote work capabilities. The plan also addresses communication with contractor employees regarding their roles in crises and outlines the Quality Control Plan (QCP) to maintain service standards. Pricing for various services associated with latrine rentals and deliveries are specified, and the contract remains active until the CO instructs its deactivation. This document serves as a proactive measure to ensure operational readiness during emergencies, reflecting the federal government's emphasis on resilience and preparedness in contractor services.
    The document pertains to a Request for Proposal (RFP) identified by Notice Number FA461325Q0009, seeking contractors for Blanket Purchase Agreement (BPA) Latrine and Pumping Services. It includes a Contractor Response Form for prospective offerors to provide essential company details, including their registration status in SAM.gov, socioeconomic status, contact information, and revenue sources. Specifically, it asks if the company derived 80 percent or more of its revenue from federal financial assistance in the previous fiscal year and if it exceeded $25,000,000 in annual gross revenues. Compliance with federal regulations is contingent upon the answers provided. This RFP reflects the government's intent to ensure that contractors meet specific criteria relating to federal contracts, enhancing accountability and promoting socioeconomic diversity within government contracting. The structure of the document facilitates clear submission of the necessary information for evaluation in response to the solicitation.
    The document provides the latest wage determinations under the Service Contract Act (SCA) for Wyoming, specifically detailing wage rates for various occupations in Laramie County and other counties. The wage determination, numbered 2015-5405, was last revised on December 23, 2024, establishing minimum wage rates due under Executive Orders 14026 and 13658. For contracts effective after January 30, 2022, the minimum wage is set at $17.75 per hour or higher, depending on specific occupational roles. The document outlines precise wage rates for numerous job classifications, such as Accounting Clerks, Vehicle Mechanics, and Health Occupations, emphasizing compliance with federal standards on wage and fringe benefits. Additionally, it includes regulations related to sick leave, fringe benefits, holiday pay, and uniform allowances, reporting on the need for conformance for unlisted classifications. This detailed wage determination aids contractors in ensuring compliance with federal requirements during contract execution, significantly influencing federal RFPs and grants in the region.
    The document is a solicitation for services related to latrine and pumping services issued by the government, specifically targeting Women-Owned Small Businesses (WOSB). It outlines the effective period of the Blanket Purchase Agreement (BPA) as April 1, 2025, to March 31, 2030, with a total dollar limit of $411,000. The purchasing process involves government purchase cards for transactions not exceeding $25,000 per call. Key requirements for contractors include submitting detailed invoices and adhering to various federal regulations as incorporated into the contract. The document includes specific federal clauses and regulations relevant to the procurement process, such as those regarding social responsibility, environmental standards, and proper labor practices. Additionally, it emphasizes that all contractors must maintain compliance with eligibility requirements for federal contracts and ensure ethical business practices. This solicitation highlights the government’s commitment to supporting small business initiatives while fostering diversity through the inclusion of economically disadvantaged women-owned businesses within federal contracting opportunities.
    Lifecycle
    Title
    Type
    BPA Latrine & Pumping
    Currently viewing
    Solicitation
    Similar Opportunities
    Portable Latrines: Fort Johnson and Joint Readiness Training Center
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of portable latrine services at Fort Johnson and the Joint Readiness Training Center (JRTC) in Louisiana. The contractor will be responsible for the delivery, setup, cleaning, and removal of portable chemical latrines, particularly during military training exercises and social events, with a focus on maintaining service quality and compliance with federal regulations. This contract is crucial for supporting military operations, especially during the ten annual JRTC rotational training exercises, where service demands may fluctuate significantly. The estimated total award amount is $9,000,000, with a performance period from March 16, 2025, to March 15, 2026, and four optional 12-month extensions. Interested parties should direct inquiries to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil, with questions due by 1 PM CST on February 19, 2025.
    Grease Trap Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grease trap cleaning services at Holloman Air Force Base in New Mexico. The procurement involves a comprehensive service contract that includes complete pumping, cleaning, and disposal of waste from designated facilities, adhering to federal, state, and local regulations, with a service schedule requiring tri-annual cleanouts every four months. This contract is crucial for maintaining effective waste management practices and ensuring environmental compliance at multiple facilities, with a total estimated value of $25,000 over five years, potentially increasing to $27,500 with an extension. Interested small businesses must submit their proposals by March 5, 2025, and are encouraged to contact Kitty Williams at katrina.williams.9@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil for further information.
    Chemical Toilets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide rental and servicing of portable chemical toilets at Holloman Air Force Base (AFB) in New Mexico. The procurement involves supplying three double-mounted chemical toilet trailers on a monthly basis for a five-year period, commencing August 1, 2025, with a focus on regular servicing, sanitation, and compliance with environmental regulations. This service is crucial for maintaining sanitation standards and ensuring the health and safety of personnel at the base. Interested vendors must adhere to the submission deadlines outlined in the solicitation and can contact Darius Evans at darius.evans.4@us.af.mil or Jacob Stallings at jacob.stalling@us.af.mil for further inquiries.
    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.
    Porta Potties, Lights, Dumpster for NVARNG Hawthorne, NV
    Buyer not available
    The Department of Defense, through the Nevada Army National Guard, is seeking to contract for the provision of portable latrines, handwashing stations, lighting sets, and a dumpster for a training event scheduled at The Freedom Ranges in Hawthorne, Nevada, in April 2025. The procurement includes eight portable latrines, three handwashing stations, two light sets, and one 40-yard dumpster to support servicemembers over three training sessions spanning 12 days, with delivery required by April 3, 2025. This opportunity is critical for ensuring adequate sanitation and lighting during military training exercises, emphasizing the importance of compliance with industry standards and service requirements. Interested small businesses must submit their quotes by February 27, 2025, to Scott Wittry at scott.m.wittry.civ@army.mil, and must be registered in the System for Award Management (SAM) to participate in this solicitation.
    Oil Water Separators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the management of oil and water separators (OWS) at Peterson Space Force Base and Cheyenne Mountain Space Force Station. The procurement involves comprehensive services including inspection, cleaning, and maintenance of OWS, grease traps, and septic tanks, ensuring compliance with federal, state, and local environmental regulations. These services are critical for maintaining environmental integrity and operational readiness at military installations. Interested small businesses must submit their quotations by March 21, 2025, and can direct inquiries to Dominic Impallaria at dominic.impallaria@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
    Enhanced Portable Restroom, QTY 1 for 1 Year
    Buyer not available
    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.
    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.
    Grease Trap Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for grease trap maintenance services at Goodfellow Air Force Base in Texas. The contractor will be responsible for the comprehensive servicing of grease traps, including pumping, cleaning, scraping, and disposing of waste, with services required on a monthly and quarterly basis as outlined in the Performance Work Statement (PWS). This maintenance is crucial for ensuring compliance with environmental regulations and maintaining operational efficiency at the base. Interested small businesses must submit their quotes by December 23, 2024, with a pre-quote site visit scheduled for December 10, 2024. For further inquiries, potential contractors can contact SSgt Robert Cosper at robert.cosper@us.af.mil or TSgt Patrick Berger at patrick.berger@us.af.mil.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. The contract, which spans five years, involves servicing 45 parts washers—24 government-owned and 21 leased—while ensuring compliance with federal and state environmental regulations. This service is critical for maintaining operational efficiency and safety within the military installation, emphasizing the importance of environmental management and safety protocols. Interested contractors are encouraged to submit their capabilities documentation by March 21, 2025, to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil, as the government seeks to assess market interest and contractor qualifications for this essential service.