Portable Latrines: Fort Johnson and Joint Readiness Training Center
ID: W911RX-25-Q-A002Type: Solicitation
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

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 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.

    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 at Fort Johnson, Louisiana. The contractor is tasked with providing necessary resources, including management, personnel, equipment, and transportation for latrine operations, particularly during military training exercises. Service includes relocating and maintaining both standard and ADA-compliant latrines, with heightened demands during Joint Readiness Training Center (JRTC) rotations. Quality control and assurance are emphasized, requiring the contractor to develop a Quality Control Plan to monitor performance and address discrepancies. The contract spans one base year with four optional years, and the contractor must adapt to fluctuations in service demands. Compliance with federal, state, and local regulations is mandatory, and the contractor must ensure workers undergo requisite security training and clearances to access military installations. Contractual terms cover safety protocols, waste management, and environmental compliance, reflecting the government’s commitment to safety during operations. The document serves as a guideline for contractors submitting proposals, ensuring they understand obligations related to service delivery, quality assurance, security, and environmental responsibilities within the context of federal contracting.
    The document outlines the deliverable schedule for a government contract as of September 27, 2024. It specifies a series of required reports and training sessions related to quality control, security, antiterrorism, operations security (OPSEC), environmental compliance, and safety. Key deliverables include a Quality Control Plan due within 10 days after contract award, with subsequent updates required within 5 working days for changes. Security and safety measures, including annual training requirements and environmental inspections, must also be submitted electronically to designated personnel, primarily the Contracting Officer (KO) and Contracting Officer Representative (COR). Additional requirements involve proper designation of compliance officers and submission of various certifications and safety data sheets, alongside environmental inspections due monthly. The schedule emphasizes adherence to Performance Work Statement (PWS) standards, ensuring ongoing compliance and operational integrity throughout the contract's duration. This detailed deliverable schedule ensures that all parties understand their reporting obligations, which is critical for maintaining safety and regulatory compliance in government contracts.
    The document outlines the requirements and standards for contractors involved in the "Combating Trafficking in Persons" (CTIP) service, focusing primarily on the management and servicing of portable chemical latrines. It emphasizes the U.S. Government's zero-tolerance policy regarding human trafficking, mandating contractors to inform employees and enforce compliance, with penalties for violations such as employee removal or contract termination. Performance standards are detailed across several sections, establishing accountability in tasks like timely delivery, proper cleaning, and positioning of latrines, with clear expectations for documentation through FJ Form 20-E. Contractors are required to maintain work quality, with metrics for compliance based on customer feedback and inspection results. Nonconformance may lead to corrective actions. Overall, this document serves to ensure contractor adherence to ethical practices while maintaining service quality in latrine management within CTIP initiatives, reflecting the government's commitment to combating trafficking through stringent operational standards.
    The Women-Owned Small Business (WOSB) solicitation outlines a government contract for the provision of portable latrine services at Fort Johnson and Joint Readiness Training Center (JRTC). The estimated total award amount is $9,000,000, with a focus on utilizing a Lowest Price Technically Acceptable (LPTA) evaluation method. The contractor is responsible for the delivery, setup, cleaning, and removal of latrines, along with septic tank pumping services. Offerors must conform to strict regulations and are required to be registered in the System for Award Management (SAM) prior to award. The solicitation specifies a firm-fixed-price arrangement for various servicing tasks, including monthly and unscheduled cleanings, with performance periods extending from March 2025 to 2030. The document emphasizes compliance with the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, and it underscores the need for certified registrations at SAM.gov. Successful bids must meet technical capability, pricing, and performance expectations, with a commitment to maintaining high service standards in support of military operations.
    The document pertains to the Fort Johnson Military Installation, delineating the scope and requirements for federal grants and requests for proposals (RFPs) associated with the facility. It outlines the military installation's strategic importance and operational needs, including infrastructure upgrades, support services, and enhanced security measures. The primary objective is to attract qualified contractors who can deliver comprehensive solutions to meet logistical and operational challenges. Key points include the necessity for contractors to demonstrate expertise in military operations, adherence to federal regulations, and the ability to coordinate closely with military personnel. Emphasis is placed on the importance of sustainability and innovation in proposals, ensuring that contractors align with the military's long-term strategic goals. The content is structured to detail specific requirements, eligibility criteria, and evaluation processes for proposals, ensuring clarity for potential bidders. Overall, this document serves as an important tool for facilitating necessary improvements at Fort Johnson, ultimately supporting the military's mission through targeted investments in infrastructure and services while encouraging a competitive bidding environment.
    The document outlines the layout and operational details for equipment and personnel allocation at a designated Airfield Operations Plan (APOD) site scheduled for August 20, 2024. It includes various storage areas, such as Equipment Storage Areas (Alpha, Bravo, Echo, and Foxtrot), a Bulk Ammunition Holding Area, and a Convoy Staging Area. The operational setup addresses the management of ammunition and logistics, ensuring readiness for military training and rehearsal events. The details about personnel capacity, with references to shelters accommodating 4,300 individuals, underscore the scale of operations planned at the site. Additionally, there is a reference to LRC (Logistics Readiness Center) requests, which indicates a structured approach for managing equipment and resources. The document serves as a strategic framework for organizing military logistics, ensuring operational efficiency and compliance within the parameters set by federal guidelines.
    Similar Opportunities
    Portable Latrines and Hand Wash Stations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from 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 procurement includes a five-year contract with a phase-in period starting March 1, 2025, followed by a base year and four option years, requiring contractors to provide various types of units, including standard, ADA-compliant, and handwashing stations, while adhering to strict maintenance and quality standards. This initiative is crucial for ensuring sanitation and hygiene in military operations, reflecting the government's commitment to public health and compliance with federal regulations. Proposals are due by March 10, 2025, and interested parties can contact Heather Jarratt at heather.b.jarratt.civ@army.mil or Dr. Regina Givens at regina.n.givens.civ@army.mil for further information.
    Porta Potties, Lights, Dumpster for NVARNG Hawthorne, NV
    Buyer not available
    The Department of Defense, through the Nevada Army National Guard, is seeking to contract for the provision of portable latrines, handwashing stations, lighting sets, and a dumpster for a training event scheduled at The Freedom Ranges in Hawthorne, Nevada, in April 2025. The procurement includes eight portable latrines, three handwashing stations, two light sets, and one 40-yard dumpster to support servicemembers over three training sessions spanning 12 days, with delivery required by April 3, 2025. This opportunity is critical for ensuring adequate sanitation and lighting during military training exercises, emphasizing the importance of compliance with industry standards and service requirements. Interested small businesses must submit their quotes by February 27, 2025, to Scott Wittry at scott.m.wittry.civ@army.mil, and must be registered in the System for Award Management (SAM) to participate in this solicitation.
    Enhanced Portable Restroom, QTY 1 for 1 Year
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals for the rental of one Enhanced Portable Restroom for a duration of one year. The procurement includes the delivery and weekly servicing of the restroom, as well as the provision of a 4x4 containment tray, with all services subject to inspection to ensure compliance with contract specifications. This initiative underscores the importance of maintaining robust sanitation facilities within military contexts, adhering to federal safety and health regulations. Proposals are due by February 24, 2025, and interested parties can contact Laura Adams at laura.a.adams41.civ@us.navy.mil or by phone at 301-744-4297 for further information.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing portable latrines, oil/water separator, and grease trap services, ensuring compliance with local, state, and federal regulations while meeting both routine and emergency service demands. This procurement is crucial for maintaining sanitation services in support of Strategic Arms Reduction Treaty (START) inspections and emphasizes the importance of operational readiness and environmental stewardship. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract effective from April 1, 2025, to March 31, 2030, and a total dollar limit of $411,000. For further inquiries, contact Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.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.
    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 procurement requires that the units be standalone, serviced twice weekly, and properly equipped, with documentation of services provided alongside invoices. This contract is crucial for maintaining sanitary conditions at the shipyard, emphasizing the importance of compliance with federal regulations and service specifications. Interested vendors must be registered in the System for Award Management (SAM) and submit their bids via email, detailing pricing and technical specifications, with the primary contact for inquiries being Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    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.
    Toilet Pumping for London Ranger District
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide toilet pumping services for the London Ranger District in Kentucky. The contract involves the maintenance of sanitation facilities, including the pumping, cleaning, and waste disposal from 41 vault toilets, with a requirement for service completion within 48 hours of notification. This initiative is crucial for ensuring public health and environmental compliance in recreational areas, reflecting the government's commitment to maintaining service quality in national forests. Interested contractors should contact Molly Sikkink at molly.sikkink@usda.gov or call 612-474-4360 for further details, with the contract period set from April 1, 2025, to March 31, 2030.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. The contract, set aside for small businesses under NAICS code 561720, aims to provide comprehensive cleaning and maintenance services for public recreation areas, including restrooms, picnic shelters, and playgrounds, with a total award amount of up to $22 million. This initiative is crucial for maintaining cleanliness and safety in recreational facilities, enhancing visitor experiences while adhering to federal regulations. Interested contractors must submit their quotes electronically by February 25, 2025, and can contact Marcie Billotto at marcie.billotto@usace.army.mil or 502-315-6213 for further information.
    Fort Sill Post Wide Pumping Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for liquid waste pumping services at Fort Sill, Oklahoma, under solicitation number W9124L25B0003. The contract, set aside for small businesses, requires comprehensive pumping and cleaning services for grease interceptors, pit latrines, and sand/oil interceptors, with a focus on maintaining health and safety standards while ensuring compliance with federal, state, and local regulations. This procurement is crucial for effective waste management at military installations, supporting operational efficiency and environmental compliance. Interested contractors must submit their bids electronically or via hard copy by February 25, 2025, with the contract expected to commence on April 1, 2025, and run for one base year with four optional years. For further inquiries, potential bidders can contact Indigo Delacruz at indigo.a.delacruz.civ@army.mil or Jesslyan Ortiz Albino at jesslyan.m.ortizalbino.civ@army.mil.