Awarded ContractCombined Synopsis/Solicitation

199th REG CAMP MINDEN CHEMICAL TOLIETS BASE + 4 OPTION YEARS

DEPT OF DEFENSE W912NR
Total Obligated
$379,405
SAM.gov
Current Recipient
ALDEVRA LLC Kalamazoo MI 49008-2979 USA
May 2, 2022
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Louisiana National Guard, is seeking proposals for the provision of chemical toilet services at Camp Minden, Louisiana, under a combined synopsis/solicitation. The contract will cover a base year from March 25, 2026, to March 24, 2027, with four additional option years, requiring the contractor to supply and service 12 portable chemical toilets, each equipped with handwashing solutions, for students undergoing field training. This service is critical for maintaining sanitary conditions during training exercises, with weekly servicing and restocking of supplies mandated. Interested vendors must submit their quotes by January 30, 2026, and direct any inquiries to Contract Specialist Jake Howard at jake.b.howard.mil@army.mil or Contracting Officer Crystal L. Stiles at crystal.l.stiles2.civ@army.mil.

Classification Codes

NAICS Code
562991
Septic Tank and Related Services
PSC Code
W056
LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS

Solicitation Documents

8 Files
199TH RTI Performance Work Statement PWS Camp Minden Portable Chemical Toilets.pdf
PDF260 KBJan 28, 2026
AI Summary
This Performance Work Statement (PWS) outlines the requirements for a contractor to provide portable chemical toilet services at Camp Minden. The contractor will supply all necessary personnel, equipment, tools, materials, supervision, and quality control. These toilets serve as primary latrines for students undergoing field training at the 199th Regiment. The contract spans one base year and four option years, with services provided Monday through Sunday, 0700-1630, excluding US holidays. The contractor must supply 12 portable chemical toilets, each with an integrated handwashing solution, and perform weekly servicing (cleaning, waste removal, damage repair) and restocking of toilet tissue. The PWS details general information, recognized holidays, quality assurance, installation access and security, physical security, post-award conferences, contractor manager responsibilities, combating trafficking in persons, and organizational conflicts of interest. It also defines key terms and acronyms, and lists applicable publications and a Performance Requirements Summary (PRS) with acceptable quality levels for weekly servicing and restocking.
W912NR26RA003 Solicitation Worksheet.pdf
PDF374 KBJan 28, 2026
AI Summary
The Solicitation Cover Worksheet W912NR26RA003 outlines a federal government Request for Proposal (RFP) for an unspecified requirement. Key dates include the solicitation issuance on January 13, 2026, a deadline for questions on January 28, 2026, and the solicitation closing on January 30, 2026, at 8:00 a.m. Central Time. The point of contact is Mr. Jake Howard, Contract Specialist, at jake.b.howard.mil@army.mil. Vendors must complete a worksheet with business details, including CAGE Code, DUNS & Bradstreet number, and business size. A crucial part of the submission is the representation regarding covered telecommunications equipment or services, as prescribed in FAR Clause 52.204-24(d). All quotes, which must be all-inclusive of services and delivery, must be emailed to Mr. Jake Howard. For an offer to be considered, vendors must ensure the worksheet is accurately filled, SAM registration is current, pricing is complete, representations are made, and the submission is timely via email.
Solicitation - W912NR25RA010.pdf
PDF2473 KBSep 17, 2025
AI Summary
This government file outlines a request for proposal (RFP) for AC Maintenance services, including a base year and four optional years, with performance periods spanning from October 2025 to September 2030. Key requirements include compliance with numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering areas such as small business participation, ethical conduct, supply chain security, and electronic invoicing through Wide Area WorkFlow (WAWF). The solicitation emphasizes a firm-fixed-price arrangement and details specific instructions for offerors, including the need for a capability statement, evidence of licenses/certifications, and a structured evaluation process based on price and other acceptable factors. Points of contact for the Louisiana National Guard J8 Data Processing Office are provided. The contract also includes provisions for extending services for up to six months.
Solicitation - W912NR25RA010V1.pdf
PDF2413 KBSep 24, 2025
AI Summary
This government file outlines requirements for AC maintenance services for the Louisiana National Guard J8 Data Processing Office, with an initial one-year term and four one-year option periods from October 2025 to September 2030. The pricing arrangement is Firm Fixed Price, and the Product Service Code is DG01. Key contacts are Scott Guillory and Kenneth W Miller. The document details various FAR and DFARS clauses, including those related to small business programs, electronic payment via Wide Area WorkFlow (WAWF), and prohibitions on certain foreign-made technology. Evaluation for award will prioritize price, followed by the acceptability of the offeror's small business status, core competency, proposal expiration, and evidence of required licenses/certifications. The contract also includes an option to extend services for up to six months.
SAM SOLICITATION DPI HVAC.docx
Word16 KBSep 24, 2025
AI Summary
This is a combined synopsis/solicitation for a Firm Fixed Price contract for HVAC Maintenance services for the Louisiana National Guard (LANG) DPI. The solicitation, W912NR25RA010, is a total small business set-aside with NAICS code 238220 (Plumbing, Heating, and Air-Conditioning Contractors). Quotes are being requested in accordance with FAR Parts 12 & 13, and vendors must be registered in SAM. Offers must include proof of adherence to specifications in the Performance Work Statement, satisfactory past performance, and submit required identification numbers (UEI, Duns & Bradstreet, CAGE Code & Federal Tax ID). The timeline for this solicitation includes a deadline for questions on September 19, 2025, at 10:00 a.m., and the solicitation closes on September 23, 2025, at 11:30 p.m. Quotes must be submitted electronically to Mr. Jake Howard and Mrs. Crystal L. Stiles. The contract will be awarded based on price and other factors, including technical acceptability and past performance.
Equipment Specifications.docx
Word19 KBSep 24, 2025
AI Summary
The document details equipment specifications for six Liebert units across two locations: Camp Beauregard and Camp Minden in Louisiana. It lists specific models, serial numbers, and building locations, including Unit#1 (Liebert DS, DS035ASAOEIS48A, C10M8E0126) and Unit#2 (Liebert Deluxe3, VH199AUCAE1, 821870-001) at Camp Beauregard, and Unit#3 (Liebert DS, DS053ADCOE1738A, C09G8E0009) at Camp Minden. Units #4, #5, and #6 (Liebert, DS042ADA1EI129A, N16M8E0115; DS077ASA1EI129A, N16M8E0120; DS077ASA1EI129A, N16M8E0121 respectively) are located at BLDG 420 Camp Beauregard. A critical note indicates that the site lacks an external water source for the outside condenser unit, requiring the vendor to supply their own wash water. This file likely serves as a reference for maintenance, repair, or procurement within a government RFP context.
FY25_DPI_HVAC_Service_PWS.docx
Word63 KBSep 24, 2025
AI Summary
This Performance Work Statement (PWS) outlines the requirements for HVAC Maintenance Services for the LA Army National Guard. The contractor will provide preventative maintenance and full warranty coverage for six Liebert HVAC units located in Pineville and Minden, LA, adhering to manufacturer specifications and a quarterly schedule. Key requirements include a 24/7 on-call response within four hours, qualified Liebert technicians, and maintaining a stock of common replacement parts. The contract has a one-year base period and four option years. The contractor must comply with strict government regulations regarding personnel identification, installation access, security, and holiday schedules. Teleworking is not authorized. The PWS also details quality control, assurance, and reporting requirements, including annual service contract reporting to SAM.gov.
199 chemical toilet questions.docx
Word16 KBJan 28, 2026
AI Summary
This document addresses questions regarding a re-competed contract for static units at Camp Minden, previously awarded to AIR-VAC RENTALS & SERVICE, INC under contract number W912NR25PA017. The units will not require relocation, with deliveries expected at 2-3 locations. Hand sanitizer or hand wash stations are acceptable alternatives to in-unit hand sanitizer. Interested parties can schedule a desk-side meeting or call to discuss mission support needs.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 20, 2021
amendedAmendment #1Mar 16, 2022
amendedAmendment #2Sep 19, 2025
amendedAmendment #3· Description UpdatedSep 23, 2025
amendedAmendment #4· Description UpdatedSep 24, 2025
amendedLatest Amendment· Description UpdatedJan 28, 2026
deadlineResponse DeadlineJan 30, 2026
awardAwarded to ALDEVRA LLC Kalamazoo MI 49008-2979 USAMay 2, 2022
awardAwarded to ALDEVRA LLC Kalamazoo MI 49008-2979 USAMay 2, 2022
awardAwarded to Yti Catering, LLC MD 20720-6363 USAMar 15, 2022
awardAwarded to DM CATERING, L.L.C. Pineville LA USAMay 7, 2021
expiryArchive DateFeb 14, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W7NB USPFO ACTIVITY LA ARNG

Point of Contact

Name
Jake Howard

Place of Performance

Minden, Louisiana, UNITED STATES

Official Sources