Portable Latrines: Fort Johnson and Joint Readiness Training Center
ID: W911RX-24-Q-0068Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- OTHER (S299)

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 small businesses to provide portable chemical latrine services at Fort Johnson and the Joint Readiness Training Center in Louisiana. The contractor will be responsible for the movement, servicing, and repair of portable latrines, particularly during military training exercises and social events, with a focus on maintaining high-quality service and compliance with safety and environmental regulations. This contract is crucial for supporting military operations and ensuring sanitary conditions in training areas not connected to the installation's sewer systems. Interested parties should contact Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil, with the period of performance set from March 16, 2025, to March 15, 2026, and four optional renewal periods available.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for the movement, servicing, and repair of portable chemical latrines for training areas at Fort Johnson. The contractor is responsible for all aspects, including management, personnel, equipment, and compliance with applicable laws and regulations. Services will be particularly in demand during military training exercises and may also be required for social events. The contractor must maintain a Quality Control Plan (QCP) to ensure quality services, with adherence to scheduled inspections and corrective actions for any discrepancies. The contract spans one year with four optional renewal years, and includes specific requirements regarding operational hours, safety procedures, environmental compliance, and personnel training, particularly in anti-terrorism and operations security. Additionally, contractors must comply with access control policies and provide a roster of personnel who will access Fort Johnson, while also ensuring proper identification and on-site safety measures. Overall, the PWS emphasizes the importance of delivering high-quality service and maintaining safety and compliance with environmental regulations in the performance of the contract.
    The document pertains to the Fort Johnson Military Installation, focused on various federal requests for proposals (RFPs) and grants associated with the facility. It highlights the strategic importance of Fort Johnson, outlining its operational capabilities, infrastructure needs, and potential areas where government funding and partnerships could enhance military readiness. The primary purpose is to solicit proposals from contractors who can provide specialized services and support to facilitate military operations at the installation. Key points include the necessity for upgrades to existing facilities, development of new infrastructure, and improvements in logistics and training support. The document also emphasizes the need for compliance with federal standards and the incorporation of innovative solutions to optimize performance. Collaboration with local and state entities is encouraged to ensure comprehensive support for military initiatives. Overall, the document serves as a call to action for potential bidders, detailing requirements and expectations while reflecting the government’s commitment to maintaining operational efficiency and enhancing the capabilities of the Fort Johnson Military Installation. The integration of federal and local support mechanisms demonstrates a holistic approach to military readiness and community engagement.
    The document outlines the layout and operational features of the Rhino Airfield, specifically detailing various designated areas and their purposes, such as equipment storage, ammunition holding, and staging areas. It includes an overhead view of the Airfield Operations area (APOD) indicating different equipment storage zones (Alpha, Bravo, Echo, and Foxtrot) and bulk ammunition storage facilities. The text also refers to rehearsal and weapon test fire areas, emphasizing sufficient capacity for personnel with references to shelter provisions for 4,300 people. The document appears to serve as a directive for logistical and operational planning regarding military resources and equipment management at the facility. Its systematic breakdown of areas suggests it may be relevant to upcoming federal requests for proposals (RFPs) or grants associated with military operations, ensuring readiness and organization at the airfield during exercises or real-world missions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PORTABLE LATRINE SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for Portable Latrine Services at Camp Shelby, Mississippi, under solicitation number W9127Q-24-R-0009. The contract, which is set aside for small businesses, involves the rental, delivery, relocation, service, and repair of portable latrines and hand wash stations over a five-year period starting November 1, 2024. This service is crucial for maintaining sanitary conditions during military training exercises, particularly given the high demand for units during peak training cycles. Interested contractors must submit their proposals by 4:00 P.M. CDT on October 10, 2024, and direct any inquiries to Tina Williams at tina.m.williams150.mil@army.mil or David Oglesby at david.a.oglesby.civ@army.mil.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of 150 handicap-accessible portable latrines, which must be cleaned and serviced monthly, with additional services available upon request within 72 hours. This procurement is crucial for maintaining sanitary conditions at military launch facilities, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil, with an estimated contract value of $9 million over the base year and four optional years.
    Ft Bliss Fall Gunnery Latrines
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for a contract to provide portable latrines and hand wash stations at Fort Bliss, Texas, to support the training operations of the 1st Armored Brigade Combat Team. The contractor will be responsible for delivering a total of 318 portable latrines and 133 hand wash stations, maintaining them with a specified cleaning schedule, and ensuring compliance with hygiene and safety standards throughout the contract period from October 15, 2024, to December 20, 2024. This procurement is critical for maintaining operational efficiency and hygiene standards in military training environments. Interested parties should direct inquiries to SFC Frank Gomes at frank.t.gomes.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil, with the understanding that the contract is set aside for small businesses under SBA guidelines.
    Rental of Portable Toilet, Hand Wash Station, Greywater removal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors for the rental of portable toilets, hand wash stations, and greywater removal services at Camp Atterbury and Muscatatuck Urban Training Center in Indiana. The procurement aims to establish a Blanket Purchase Agreement for a base year with three optional years, ensuring the provision of 60 to 70 permanent portable toilets at Camp Atterbury and 7 to 22 at Muscatatuck, along with additional "a la carte" rentals for training events. These services are crucial for maintaining hygiene and operational readiness during military training exercises, including the annual "Guardian Response" event, which requires a significant number of portable facilities. Interested parties are encouraged to submit a capabilities statement to Rob Marszalek at robert.w.marszalek.civ@army.mil and Sheri Herrin at sheri.r.herrin.civ@army.mil, with responses not exceeding five pages in length, as this is a Sources Sought notice and not a solicitation for bids or proposals.
    Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the 319th Contracting Squadron at Grand Forks Air Force Base in North Dakota, is seeking qualified suppliers for the rental of Cadillac latrine trailers. The procurement aims to secure a single Firm Fixed Price (FFP) contract for the provision and servicing of four latrine trailers, which must accommodate 20 personnel and include features such as air conditioning, heating, flushing toilets, and independent waste storage. This initiative is crucial for maintaining sanitary conditions in support of personnel operations, and the contract will have a base period of 12 months with four optional 2-month extensions. Interested parties are invited to submit their capabilities packages by October 23, 2024, and should direct inquiries to Contracting Officer Tyler Steen or Contract Specialist Jackelyn Richardson via the provided email addresses.
    Portable Toilet Services Master Blanket Purchase Agreement
    Active
    Dept Of Defense
    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.
    W912L724Q0500 TULLAHOMA TN LATRINE SERVICE SOL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for a latrine service in Tullahoma, TN. This procurement is a Total Small Business Set-Aside and falls under the lease or rental of equipment-toiletries industry. The contractor will be responsible for providing the necessary resources, management, personnel, materials, transportation, supplies, and equipment for the rental of a specified amount of latrines. The contract includes multiple options for different periods of performance. The solicitation will close on November 17, 2023, and the award will be based on technical acceptability, price, delivery, and past performance. Interested parties should contact Rhonda Lien for more information. The place of performance will be at the Tullahoma Training Site in Tullahoma, TN.
    MARSOC Portable Toilets
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the procurement of portable toilets for the Marine Forces Special Operations Command (MARSOC) at the Marine Raider Training Center in Sneads Ferry, North Carolina. This contract aims to provide essential sanitation facilities to maintain hygiene during training exercises in austere environments where traditional restroom facilities are unavailable. The procurement is set aside entirely for small businesses under NAICS code 562998, with a total requirement of 1,000 units distributed over five option years, each consisting of 200 units. Proposals must be submitted by October 16, 2024, at 10:00 AM, and interested vendors should contact Spenser Gagnon at spenser.e.gagnon.civ@socom.mil or Samuel Williams at samuel.williams1@socom.mil for further details.
    S222--EM ASHEVILLE HELENE SUPPORT Chemical Latrines, Handwashing stations, & Dumpsters
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole source contract to Forever Clean Portable Toilets, Inc. for emergency support services at the Charles George VA Medical Center in Asheville, NC, following Hurricane Helene. The procurement involves the rental and delivery of portable chemical latrines, handwashing stations, and dumpsters, along with all necessary logistics to support the medical center's urgent needs due to significant damage. This contract is critical for ensuring sanitation and hygiene during the recovery efforts and aligns with federal guidelines for emergency declarations, allowing for non-competitive bidding. Interested parties with relevant qualifications must submit written notices via email to Satasha Stewart at Satasha.Stewart@va.gov by 12:00 PM EST on October 4, 2024, as the final decision on competition rests solely with the government.
    Guam - Latrine Trailer and Portable Toilets
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the rental and servicing of a Latrine Trailer and Portable Toilets at Andersen Air Force Base in Guam. The procurement aims to provide essential restroom facilities for personnel during the Ballistic Missile Defense System Mission, with specific requirements outlined in the Statement of Work, including compliance with safety standards and regular maintenance services. This opportunity is a total small business set-aside, emphasizing the importance of operational readiness and safety during critical defense missions. Interested vendors must submit their quotations by 14 October 2024, with the rental period scheduled from 31 October to 16 December 2024; inquiries can be directed to TSgt Brian Brammer at brian.brammer@us.af.mil or TSgt Benjamin Albers at Benjamin.albers@us.af.mil.