Portable Latrines and Hand Wash Stations
ID: W91QF525R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT GREGG-ADAMSFORT GREGG ADAMS, VA, 23801-0000, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified 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 contract encompasses a five-year service agreement, beginning with a phase-in period from March 1, 2025, to March 31, 2025, followed by a base year and four optional extension years, with a focus on ensuring cleanliness and sanitation in a field environment. This procurement is critical for maintaining public health standards during various military operations and events, emphasizing the need for reliable sanitation services. Proposals are due by March 10, 2025, and interested vendors should contact Heather Jarratt at heather.b.jarratt.civ@army.mil or 520-687-7250 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Portable Toilet/Wash Station Contract at Fort Gregg-Adams, VA, encompasses a five-year service agreement for the provision and maintenance of portable toilets and handwashing stations. The overarching objective is to ensure cleanliness and sanitation in a field environment while adhering to all applicable federal, state, and local regulations. The contract's performance begins with a transition phase in March 2025, followed by a base year and four optional extension years. Key requirements include a robust Quality Control Plan to ensure service standards meet rigorous performance metrics, alongside emergency response capabilities. Contractor personnel must pass background checks and complete mandated training, including anti-terrorism and operational security. The document outlines specific performance expectations, including maintenance orders, customer feedback mechanisms, and protocols for managing hazardous materials. Overall, the contract emphasizes a performance-based approach, allowing contractors to innovate and employ best practices for efficiency and efficacy in providing sanitation services, thereby supporting Fort Gregg-Adams' operational needs while maintaining high standards of care and compliance.
    The document outlines a pricing worksheet for the rental of portable latrines and hand wash stations, structured into various contract line item numbers (CLINs) for multiple years. It includes long-term and short-term latrine rentals, additional cleaning services, handicap latrines, and hand wash station rentals over a span of five fiscal years. The contract phases include a phase-in period from March 1, 2025, to March 31, 2025, followed by a base period and four option periods extending to February 28, 2030. The worksheet specifies quantities and unit descriptions but lists no prices, suggesting that this document serves as a template for bidders to provide their proposed pricing. The clarity and organization of the contract requirements reflect standard practices in government requests for proposals (RFPs), emphasizing the structured approach to procurement for essential sanitation services. This document is critical for compliance in contracting processes, ensuring potential vendors understand the scope of work and the timeframe required for service delivery.
    The document outlines a Combined Synopsis/Solicitation (W91QF5-25-R-0002) for the rental and maintenance of portable latrines and handwash stations at Fort Gregg-Adams, Virginia. Proposals are due by March 10, 2025. The contract is aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB), compliant with 15 USC 657(f). It consists of a base year plus four option years, with pricing and technical capability being critical evaluation factors. Offerors must demonstrate their ability to meet technical requirements outlined in the Statement of Work, provide past performance records, and propose fair and reasonable pricing. Submission guidelines specify format and content requirements, including a business proposal, technical proposal, and detailed pricing. The document also incorporates numerous clauses concerning government regulations, compliance, and representation requirements, emphasizing the need for vendors to confirm certifications and disclose any potential conflicts or regulatory concerns. Overall, the RFP reflects the government's commitment to engaging small businesses and ensuring compliance with federal regulations while addressing operational needs at military facilities.
    The Performance Work Statement (PWS) outlines requirements for a contractor to provide portable toilet rentals and maintenance services. The contractor must ensure compliance with federal specifications for various units, including regular and ADA compliant toilets, as well as handwashing stations. Services must be executed according to a detailed Performance Requirements Summary, which includes standards and Acceptable Quality Levels (AQL). The contractor is obligated to respond to orders with a minimum 24-hour notice, except in emergencies. Rental periods are categorized into short-term, long-term, and emergency, and must adhere to specified maintenance protocols, including weekly cleaning and servicing of units. Units should be constructed of durable materials and come equipped with necessary sanitary features. Contractors must provide all necessary equipment and must perform reworks within four hours at no additional cost when services fail to meet contract standards. A critical element includes standby services for events, ensuring that portable units are regularly monitored and maintained. Overall, this document reflects the government’s approach to managing sanitation requirements efficiently, ensuring quality and reliability for public health compliance during various events and activities.
    The document outlines a comprehensive site map for Fort Gregg-Adams, detailing various building types and significant infrastructure on the main post. Key components include permanent, semi-permanent, temporary, and relocatable buildings, as well as shelters and cantonment property. The document serves as a navigational and planning tool highlighting the layout and existing conditions of the facilities, essential for future development and maintenance planning. It also identifies specific roads and structures located within the site, illustrating the organized layout for better resource management. The use of a clear legend enhances understanding of the site’s infrastructure, providing a visual reference for stakeholders engaged in facility management, construction planning, and operational logistics. This information is vital for compliance with federal grant and RFP processes, aiding in proposals for renovations, expansions, or new constructions in line with governmental regulations.
    The document is a "Contractor's Cleaning Checklist" detailing the cleaning requirements and frequencies for various facilities and locations under the jurisdiction of the federal government. It includes a comprehensive list of sites, such as gates, training areas, and buildings, alongside specific totals for latrines, handwashing stations, and handicap accommodations. Key observations indicate the frequency of cleaning, typically requiring maintenance three times a week in certain locations, and notes additional needs, such as laying gravel and ensuring access to particular areas. The checklist is systematic, organized by location, with columns for notes that provide context on special requirements or recent updates. The summarized totals at the end indicate a large-scale focus on cleanliness and safety standards essential for operational readiness. This document serves as a guide for contractors involved in facility maintenance and reflects the government's commitment to upholding hygiene in federally managed environments, likely facilitating accountability in response to formal RFPs or grant requirements related to public health and safety.
    Lifecycle
    Title
    Type
    Combined Synopsis/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.
    Portable Toilets & Handwash Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide portable toilets and hand wash stations for the 22d Marine Expeditionary Unit during an exercise at Fort Barfoot, Virginia, scheduled from February 21 to March 21, 2025. The procurement involves the rental of 85 portable toilets and 39 hand wash stations, which must be serviced daily and relocated as necessary, ensuring compliance with federal, state, and local sanitation regulations. This service is critical for maintaining sanitary conditions and operational readiness during the exercise, emphasizing the importance of timely delivery and quality service. Interested contractors must submit their bids by 10:00 AM on February 14, 2025, and can direct inquiries to Joseph Stewart at joseph.d.stewart.mil@usmc.mil or Lucas Elliott at lucas.elliott@usmc.mil.
    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.
    Fort Sill Post Wide Pumping Services
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Sill, Oklahoma, is soliciting bids for liquid waste pumping services under solicitation number W9124L25B0003. The contract, set aside for small businesses, particularly those that are service-disabled veteran-owned, women-owned, or HUBZone small businesses, requires comprehensive pumping and cleaning services for grease interceptors, pit latrines, and sand/oil interceptors, ensuring compliance with federal, state, and local regulations. This procurement is vital for maintaining sanitation and environmental standards at military installations, with a firm-fixed-price contract commencing on April 1, 2025, and extending for one base year with four optional years. Interested contractors must submit their bids electronically by February 18, 2025, and can direct inquiries to primary contact Indigo Delacruz at indigo.a.delacruz.civ@army.mil or secondary contact Jesslyan Ortiz Albino at jesslyan.m.ortizalbino.civ@army.mil.
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking proposals for portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, California. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for four additional one-year extensions, requiring contractors to provide scheduled and on-call services that comply with ADA standards. This procurement is essential for maintaining sanitation facilities in the park, ensuring cleanliness and accessibility for visitors, and adhering to federal regulations. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    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 contractor will be responsible for ensuring that the units are properly equipped and serviced twice weekly, which includes sanitizing, restocking supplies, and waste disposal, with documentation required for all services provided. This procurement is crucial for maintaining sanitary conditions at the shipyard, and the contract is set aside for small businesses, with evaluations based on technical acceptability, schedule adherence, price, and past performance. Interested vendors must be registered in the System for Award Management (SAM) and submit their bids via email to Skylar Elliott at skylar.n.elliott.civ@us.navy.mil by the specified deadline.
    Shower Trailers 3-1 CAV NTC 25-06
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for the procurement of two shower trailers equipped with generators and lights for use at Fort Irwin, California. The trailers are required to include 16 shower stalls, hot water capabilities, air conditioning, and must comply with safety regulations and environmental codes, with a firm-fixed-price contract aimed at small businesses. This procurement is essential for maintaining hygiene standards for personnel during military training activities, ensuring operational readiness in a field environment. Quotations are due by February 28, 2025, and all inquiries must be submitted by February 18, 2025; interested parties can contact SSG David Garcia at david.j.garcia160.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil for further information.
    Naval Air Station Key West Portable Toilets
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for portable toilet services at the Naval Air Station Key West during the annual air show scheduled for March 29-30, 2025. The procurement requires the delivery and installation of 44 deluxe portable restrooms, 6 wheelchair-accessible units, 5 hand-wash stations, and additional sanitation supplies, with all equipment operational by March 27, 2025. This contract is crucial for ensuring adequate sanitation services during a significant public event, reflecting the government's commitment to public health and safety standards. Interested small businesses, particularly those owned by women, are encouraged to participate, and proposals must be submitted electronically, adhering to federal regulations. For further inquiries, potential bidders can contact Lavonne Turner at lavonne.n.turner.civ@us.navy.mil.
    MIMA 2025 APRIL EVENTS PORTABLE TOILETS
    Buyer not available
    The Department of the Interior's National Park Service is seeking a contractor to provide portable toilet and hand wash station rental services for the 2025 Patriot’s Day events at Minute Man National Historical Park. The contract, which spans from April 17 to April 22, 2025, requires the delivery, maintenance, and pickup of 117 standard and ADA-accessible portable toilets, along with 29 hand wash stations, across specified locations in Lexington and Lincoln, Massachusetts. This procurement is crucial for ensuring public health and safety during significant park events, enhancing the visitor experience while adhering to compliance and safety standards. Interested vendors must submit their proposals, including a detailed narrative of their approach and evidence of past similar projects, by the specified deadline, and can contact Mari Tolleson at maritolleson@nps.gov or 857-283-4598 for further information.
    JB Charleston Portable Toilets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors capable of providing portable toilets and associated sanitation services for Joint Base Charleston in South Carolina. The procurement aims to secure portable restrooms, hand wash stations, and related equipment, with a focus on service capacity, performance metrics, and sustainability practices to minimize environmental impact. These services are crucial for maintaining hygiene and sanitation standards at a large military installation, particularly in emergency situations. Interested parties should contact Patrick Thomas at patrick.thomas.30@us.af.mil or Stephanie R. Woods at stephanie.woods.7@us.af.mil for further details and to participate in the market research questionnaire, which assesses vendor capabilities and compliance with service standards.