Latrines, Showers, and Hand Washing Stations
ID: W9124D25BA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Septic Tank and Related Services (562991)

PSC

WASTE DISPOSAL EQUIPMENT (4540)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract to provide portable latrines, hand washing stations, and shower facilities at Fort Knox, Kentucky. The selected vendor will be responsible for supplying and servicing these sanitation facilities, ensuring compliance with quality control and safety standards, and maintaining sanitary conditions for government units operating on the installation. This contract, valued at approximately $9 million, will span a one-year base ordering period with four optional years, beginning on May 1, 2025, and concluding on April 30, 2030. Interested vendors should contact Kristy Mattingly at kristy.n.mattingly.civ@army.mil or 502-624-1493 for further details, and must download all solicitation documents from SAM.gov, as paper copies will not be provided.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the Portable Latrines contract at Fort Knox, Kentucky, outlines a non-personal supply contract for providing essential sanitation services, including portable latrines, shower facilities, hand washing stations, and waste disposal. The contractor is responsible for supplying all necessary personnel, equipment, and management systems, ensuring quality control and compliance with established standards. Key objectives include the development of a Quality Control Plan (QCP), adherence to a Quality Assurance Surveillance Plan (QASP) by the government, and maintaining consistent communication regarding performance issues. The contractor must maintain a stable workforce and comply with relevant safety, environmental, and security requirements. Specific tasks include the rental and servicing of portable toilets, hand washing stations, and shower facilities, along with the disposal of grey water and the delivery of potable water. The contractor must also follow detailed procedures for government purchase card orders and maintain a comprehensive safety and accident prevention plan. Overall, this SOW emphasizes the government's need for reliable sanitation services while highlighting the contractor's responsibilities for quality, safety, and compliance, illustrating the structured framework typical of government contracts for public services.
    The document addresses a Request for Proposal (RFP) concerning the provision of portable latrines, hand wash stations, and shower units for the government. It outlines the engagement process for subcontractors, emphasizing attendance at public bid openings and posting of award announcements on SAM.gov. Key details about quantity requirements and equipment specifications are found in the Statement of Work (SOW). Maintenance and servicing frequencies, security clearance mandates, and personnel access protocols for Fort Knox are specified, alongside requirements for anti-terrorism training. Payment structures follow milestone deliveries, with potential penalties for service delays. Pricing adjustments due to fluctuating costs are not permitted, as the contract will be a firm fixed price. The government allows multiple subcontractors for fulfilling contract terms, provided compliance is maintained. The contract type is specified as a Requirements type contract, emphasizing the importance of adhering to annual workload estimates while managing logistics. This RFP aims to ensure operational efficiency and safety standards in the deployment of sanitation facilities.
    The document outlines a solicitation for commercial products and services specifically aimed at women-owned small businesses (WOSB) for providing portable sanitation solutions at Fort Knox, KY. The requisition entails various portable latrines, showers, and handwashing stations required for specified durations, addressing both regular and emergency service needs. It includes details such as the order quantity, unit prices, and product service codes for each item listed, which range from standard and handicapped toilets to hand washing stations and portable shower facilities. The total award amount is set at $9,000,000.00, highlighting the contract's significance. The solicitation emphasizes fulfilling the Statement of Work (SOW) and outlines inspection and acceptance locations. Interested parties must adhere to submission guidelines, including submitting an offer by the stipulated deadline. This solicitation reflects the government's commitment to supporting WOSBs and ensuring efficient procurement processes while enhancing sanitary facilities within military operations.
    This document outlines the amendment of a solicitation within federal contracting procedures, specifying requirements for acknowledging receipt of amendments, modifying existing contracts, and implementing changes to contract terms and conditions. It emphasizes the need for contractors to meet specific Federal Acquisition Regulation (FAR) clauses aimed at compliance with various statutes and executive orders relevant to commercial products and services. Key aspects include obligations for acknowledging amendments through designated methods, and detailed clauses related to reporting, labor standards, subcontractor requirements, and the protections for small and disadvantaged businesses. The document underlines the importance of adherence to regulations concerning ethical conduct, labor rights, and domestic content requirements, facilitating transparency and integrity in federal procurement processes. Overall, these amendments and stipulations ensure contractors are cognizant of their responsibilities and the standards required within federal contracting.
    The document outlines a solicitation for a contract focused on supplying portable latrines, hand washing stations, and showers for Fort Knox, KY, with a total projected budget of $9 million. The request emphasizes the requirement for commercially available products and services specifically designed for governmental operations. Included are details on specifications regarding quantity, service type, and pricing arrangements. The items listed primarily reflect various configurations of toilets and hand washing facilities with options for service duration ranging from short to extended periods, addressing the needs of specific operational circumstances, including emergency conditions. Furthermore, the document specifies inspection and acceptance protocols to ensure compliance with the Government's standards. By tailoring to women-owned small business initiatives, it aligns with federal efforts to promote equitable opportunities for underrepresented market participants. The overall objective is to facilitate sanitary conditions within military installations, reinforcing public health and quality of service.
    Lifecycle
    Title
    Type
    Similar Opportunities
    88th RD CUSTODIAL - KS100 NEW CENTURY, KS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide janitorial and custodial services at the Army Reserve facility KS100 located in New Century, Kansas. The contract will cover a base period of performance from February 1, 2026, to January 31, 2027, with the potential for four additional one-year option periods and a six-month option to extend services. These custodial services are crucial for maintaining the cleanliness and operational readiness of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil for further details regarding the procurement process.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    Custodial Services at TX210 in Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal custodial services at TX210 in Texas. The contract will cover a performance period from February 1, 2026, to January 31, 2027, with the possibility of four additional twelve-month option periods and a six-month option to extend services. These custodial services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details.
    Synopsis - M334 Decontamination Kit, Individual Equipment
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a firm-fixed price, five-year indefinite delivery indefinite quantity contract for the procurement of the M334 Decontamination Kit, Individual Equipment. This procurement aims to secure an estimated total of 1,319,475 units, with a minimum guaranteed quantity of 33,960 units, which are essential for military decontamination operations. The solicitation, identified as W912CH-25-R-0078, is expected to be released within the next two months, and interested parties are encouraged to monitor SAM.gov for updates and amendments. For inquiries, potential bidders can contact Contract Specialist Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    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.
    Gull Lake Self-Contained Flush Vault Restroom
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    F5 Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance and support services for F5 BIG-IP and BIG-IQ systems at Fort Knox, Kentucky. This requirement is aimed at ensuring the continued operational effectiveness of the United States Army Human Resources Command (HRC) through the renewal of brand-name maintenance services. The F5 systems are critical for managing application delivery and security, making this procurement essential for the Army's IT infrastructure. Interested vendors can reach out to Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil or call 502-624-3424 for further details regarding this opportunity.
    Fort Riley DFA J&A Extension
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking an extension for the ordering period of a Firm-Fixed-Price (FFP) contract for Dining Facility Attendant (DFA) services at Fort Riley, Kansas. This contract, valued at approximately $4,924,434 over a 12-month period, will support the dining needs of 16,000 Soldiers by providing services across four dining facilities, a kiosk, and a mobile food truck. The extension is projected to commence on March 1, 2023, and will utilize fiscal year 2023 Operations and Maintenance, Army funds. Interested parties can reach out to Katelyn Staats at katelyn.n.staats.civ@army.mil or Ronald Kabat at ronald.l.kabat.civ@army.mil for further information.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Custodial Services at TX201
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the San Marcos Army Reserve Center (TX201) located at 1202 Clovis Barker Rd, San Marcos, TX. The procurement aims to establish a new custodial services contract in accordance with the Performance Work Statement and the terms and conditions outlined in the solicitation. These janitorial services are essential for maintaining cleanliness and hygiene within the facility, ensuring a safe and operational environment for military personnel and visitors. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Zachary Skrede at zachary.r.skrede.civ@army.mil or call 520-706-4078 for further details regarding the solicitation process.