PORTABLE TOILET SERVICE - BASE +4 YEARS
ID: 140P5325Q0035Type: Combined Synopsis/Solicitation
AwardedJul 1, 2025
$320.7K$320,700
AwardeeATLANTIC OBX INC 8490 CARATOKE HWY Powells Point NC 27966 USA
Award #:140P5325C0018
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, 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 the Interior, specifically the National Park Service, is seeking quotations for portable toilet rental services at Cape Hatteras National Seashore in North Carolina, with a contract duration of one base year and four optional years. The procurement requires the provision of 21 portable toilets, including ten standard units and eleven ADA-compliant units, with service schedules varying by location and season. This initiative is crucial for maintaining public health and accessibility in popular outdoor spaces, ensuring that visitors have access to adequate sanitation facilities. Interested small businesses must submit their quotes by June 20, 2025, with questions due by June 4, 2025; all inquiries and responses should be directed to Marilia Mateo at marilia_mateo@nps.gov.

    Point(s) of Contact
    Mateo, Marilia
    marilia_mateo@nps.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for providing portable toilet rental services to the Cape Hatteras National Seashore (CAHA) in North Carolina. The park requires 21 units, including ten standard and eleven handicap-accessible toilets, with services to be conducted twice weekly for most units and once weekly for those on Ocracoke Island during off-peak months. The contractor is expected to furnish all necessary equipment and ensure compliance with safety and environmental regulations. They must also manage service schedules, handle weather-related interruptions, and maintain appropriate insurance and licensing. Key evaluation criteria for proposals include technical capability, past performance, and pricing. The document emphasizes adherence to federal acquisition regulations and the importance of maintaining safety during operations. The solicitation aims to ensure a reliable and efficient portable sanitation solution for the park's visitors while upholding operational standards.
    The document outlines the locations of portable toilets in various sites across North Carolina, specifically in areas such as Nags Head, Buxton, Hatteras, and Ocracoke. Each listing includes GPS coordinates and an indication of accessibility, with "ADA" representing compliance with the Americans with Disabilities Act. The total number of portable toilets listed is 21, distributed over 11 sites, of which 10 are ADA compliant. Key locations noted include the Oregon Inlet, Bonner Fishing Pier, and various beach access points along the coast. This data is significant for management of public resources and ensuring proper sanitation facilities are accessible to residents and visitors, particularly in popular outdoor spaces. The information is relevant to federal, state, and local government initiatives aimed at public health and accessibility, and it may be used in conjunction with federal grants or RFPs targeting infrastructure improvements.
    The Cape Hatteras National Seashore has issued a solicitation for portable toilet rental services, documented in the Schedule Price Sheet for solicitation number 140P5324Q0035. This document outlines pricing for base rental services over a five-year period, from September 2025 to September 2030, including four option periods. Each rental service covers multiple locations in North Carolina, specifically Nags Head, Buxton, Hatteras, Ocracoke, and Rodanthe. Bidders are required to provide a price per location for the portable toilet services in accordance with the attached performance work statement. The solicitation emphasizes compliance with the provided statement of work, ensuring responsibilities and standards are met for the proposed rentals. This RFP reflects the federal government's initiative to enhance facilities and services within national parks, aiming to support visitor needs and environmental management.
    The document is a Request for Quotations (RFQ) for the rental of portable toilets at Cape Hatteras National Seashore, managed by the National Park Service. The RFQ outlines the procurement process under Federal Acquisition Regulation (FAR) rules and invites small businesses to submit their quotes by June 20, 2025. The document specifies the associated NAICS code (562991) for septic tank and related services and emphasizes that the procurement is a Small Business Set Aside. Key dates include a deadline for questions (June 4, 2025), and the contract covers a base year and up to four optional years for service. The evaluation criteria center around the offers' technical qualifications, past performance, and pricing, with an intention to award a Firm-Fixed Price contract based on the lowest price that meets acceptability standards. Further instructions for submitting offers, compliance with safety regulations, and certification requirements are outlined, emphasizing accountability and adherence to environmental standards. This RFQ illustrates the government's commitment to sourcing services from small businesses while ensuring compliance and value.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Portable Toilets - PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet services under RFQ FA441826Q00042, specifically for the PALMETTO REACH project at Saipan International Airport and Palau International Airport. The procurement requires the delivery and installation of four portable toilets and two handwashing stations at each airport, with services including twice-weekly cleaning and maintenance, all to be operational by January 14, 2026. This contract is a 100% Small Business Set-Aside, emphasizing the importance of providing essential sanitation services for the upcoming project, with a focus on compliance with safety and operational standards. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to SrA Levi Mowrey at levi.mowrey@us.af.mil or by phone at 843-963-5857.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    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 in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    45--TOILET,MARINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of marine toilets, specifically NSN 4510015608927, with a total quantity of 14 units required for delivery. This solicitation is a Combined Synopsis/Solicitation and is set aside for HUBZone small businesses, emphasizing the importance of supporting local economies while fulfilling military needs. The marine toilets are critical components for naval vessels, ensuring proper sanitation and waste disposal in marine environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 167 days after the award date.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.