Fresh Water & Septic Service - Portable Restroom Trailers
ID: N0017426Q1006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, 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, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Performance Work Statement outlines the requirements for providing non-potable water delivery services to two temporary restroom trailer sites. The contractor will supply and replenish 275-gallon freshwater tanks at each location every one to two weeks, requiring a total capacity of 550 gallons. The project has a base performance period of 365 days with four option years. Key requirements include compliance with EM-385-1-1 Safety and Health Manual, coordination with the NSWC IHD Construction Manager, and adherence to all federal, state, and local codes. The contractor must provide a licensed driver, vehicle, hoses, fittings, and water. Special conditions involve obtaining Naval Support Activity South Potomac DBIDS access, ensuring vehicle and equipment safety standards, and adhering to strict policies on cellular phone usage and smoking. The contractor is responsible for quality control, proper disposal of materials, and submitting various documents like an Accident Prevention Plan and Quality Control Plan.
    This government Performance Work Statement (PWS) outlines the requirements for septic tank services at two temporary restroom trailer sites. The contractor will provide weekly septic truck services to evacuate and dispose of waste from two 500-gallon above-ground black water tanks. The contract has a base year of 365 days with four optional years. Work will primarily occur during core hours (7:00 AM - 4:30 PM, Monday-Friday) but may include weekends and off-hours with prior approval. The contractor must comply with EM-385-1-1 Safety and Health Manual, field-verify all conditions, and coordinate with the NSWC IHD Construction Manager. Special requirements include obtaining DBIDS access to Naval Support Activity South Potomac, adhering to vehicle and equipment safety standards, restricted cellular phone use, and compliance with smoking policies. The contractor is responsible for quality control, proper waste disposal, and fire protection. Proposals must include an itemized breakdown of costs, schedule, and subcontractor information. Required submittals include safety data sheets, an Accident Prevention Plan, an Activity Hazard Analysis, and a Quality Control Plan.
    This Request for Quotation (RFQ) by NSWC Indian Head Division seeks proposals for fresh water and septic services for portable restroom trailers over a base year and four option years, with services including black water tank evacuation every one to two weeks for 400-gallon tanks. The RFQ emphasizes strict compliance with enhanced security controls for Defense Industrial Base Partner Networks, mandating a System Security Plan (SSP) and Plans of Action and Milestones (POAMs) review within 30 days of contract award. Contractors must fully implement NIST SP 800-171 security requirements, including multi-factor authentication, least privilege, and remote access monitoring. Cyber incident response protocols require data delivery within 15 days of discovery and cooperation with NCIS. All deliveries and inspections will be at destination, and the contractor must comply with the Voluntary Protection Program (VPP) and participate in safety training. Invoicing is electronic via Wide Area WorkFlow (WAWF), adhering to specific routing data and document types for firm-fixed-price line items. The document also includes various FAR and DFARS clauses, covering contract terms, payment, and other requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Septic Services at Point Marion Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking quotes for septic services at the Point Marion Locks and Dam in Dilliner, PA. The contract requires the contractor to pump and clean a 2000-gallon septic holding tank, including the removal and disposal of effluent and debris at a licensed facility, in compliance with all applicable regulations. This service is critical for maintaining the facility's sanitation and operational integrity, with the contract set for one year and options for four additional years, requiring pumping every 28 days and additional services as needed. Interested parties should contact Andrew Barlament at andrew.barlament@usace.army.mil or call 412-395-7478 for further details, and quotes must be submitted as firm fixed prices, inclusive of any applicable mileage costs.
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative is crucial for supporting the 36 Wing and surrounding areas, ensuring adequate sanitation facilities are available. Interested small businesses must submit their quotes by December 10, 2025, at 10:00 A.M. Chamorro Standard Time, and all offerors must be registered in the System for Award Management (SAM) database to be eligible for consideration.
    Water Treatment Purification Maintenance
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations for a comprehensive maintenance agreement for water treatment purification systems located in Washington, D.C. The procurement includes a total small business set-aside for facilities support services, specifically targeting a preventive maintenance agreement that encompasses monthly, quarterly, semi-annual, and annual service visits for various water purification components, with a total firm fixed price of $38,988.00 for a 12-month period. Interested vendors must provide brand name or equivalent items, ensure compliance with OEM warranty requirements, and submit their technical and price quotes via email to the designated contact, Elizabeth Harley, by the specified deadline. The estimated delivery time and additional service rates outside normal business hours are also to be included in the submission.
    Master Dumpster Blanket Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Blanket Purchase Agreement (BPA) for the rental of 30-yard construction waste dumpsters. Contractors are required to deliver up to 15 dumpsters within 24 hours of a BPA call and pick them up within 30 days or upon 24 hours' notice, with the first calls anticipated as early as January 1, 2026. This procurement is crucial for managing construction waste across multiple departments at NSWC Dahlgren, ensuring compliance with OSHA and EPA regulations. Interested vendors must submit their proposals by December 10, 2025, with an anticipated award date by December 31, 2025. For inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil or Amanda Marcella at amanda.marcella@navy.mil.
    45--TANK,WATER CLOSET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of water closet tanks, specifically NSN 4510012137780, with a total quantity of 13 units required for delivery to DLA Distribution Warner Robins. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small businesses in the manufacturing sector, particularly in plastics plumbing fixture manufacturing. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner to be considered. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Portable Restroom Services at Sabine NWR
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District of the Siuslaw National Forest in Oregon. The contract, set aside for small businesses, encompasses a base year from January 1, 2026, to December 31, 2026, with two additional option years, primarily requiring services from April to October. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, ensuring compliance with all associated fees at a commercial treatment facility off National Forest Lands. Proposals must be submitted by December 15, 2025, at 1500 PT, and will be evaluated based on technical capability, past performance, and price. Interested parties can contact Jared D. Machgan at jared.machgan@usda.gov for further information.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.