ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Portable Sanitation Services

DEPT OF DEFENSE FA485526Q0029
Response Deadline
May 15, 2026
7 days left
Days Remaining
7
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through the 27th Special Operations Contracting Squadron at Cannon Air Force Base, is seeking a firm-fixed-price, total small business set-aside contract for portable sanitation services to support the Wings Over Cannon 2026 Airshow. The contractor will provide portable restroom rental, delivery, setup, servicing, and removal, including standard units, ADA-accessible units, and hand wash stations. The work is to support an estimated 12,000 to 13,000 attendees across four designated stations during the event, with performance requirements centered on cleanliness, adequate capacity, ADA compliance, and health and safety. Offers are due by May 15, 2026 at 3:00 PM Mountain Time, questions are due by May 12, 2026 at 12:00 PM Mountain Time, and submissions must include the required quotation package and be from a SAM.gov-registered offeror.

Classification Codes

NAICS Code
562991
Septic Tank and Related Services
PSC Code
S222
HOUSEKEEPING- WASTE TREATMENT/STORAGE

Solicitation Documents

6 Files
Combined Synopsis Solicitation - Portable Sanitation Services.pdf
PDF261 KBMay 8, 2026
AI Summary
The Department of the Air Force, 27th Special Operations Contracting Squadron (AFSOC) at Cannon Air Force Base, New Mexico, has issued a Request for Quotations (RFQ) FA4855 – 26 - Q0029 for Portable Sanitation Services. This Firm-Fixed-Price contract, set aside for Total Small Businesses (NAICS Code 562991), requires portable restroom rental, delivery, setup, servicing, and removal for an air show supporting 12,000-13,000 attendees from June 5-8, 2026. Offers are due by May 15, 2026, 3:00 PM Mountain Time, with questions due by May 12, 2026, 12:00 PM Mountain Time. Submissions must include a quotation, pricing worksheet, offeror information, and a conflict of interest statement, and offerors must be registered in SAM.gov. Evaluation will be based on technical acceptability, past performance (acceptable/unacceptable), and price, with award made without discussions to the most advantageous offeror.
Attachment 5 -Provisions and Clauses.pdf
PDF21 KBMay 8, 2026
AI Summary
This government file, document number FA485526Q0029, outlines various clauses incorporated by reference and in full text, primarily focusing on defense acquisition regulations. Key clauses address requirements related to compensation of former DoD officials, whistleblower rights, safeguarding covered defense information, prohibitions on certain telecommunications equipment and services, and restrictions on business operations with specific regimes (Maduro and Xinjiang Uyghur Autonomous Region). It also includes provisions for electronic submission of payment requests via Wide Area WorkFlow (WAWF), detailing access, training, submission methods, and routing instructions. Further clauses cover commercial products and services, including evaluation factors, and a statement of equivalent rates for federal hires. The document emphasizes compliance with various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) requirements for contractors.
Attachment 4 - Conflict of Interest Statement (3).pdf
PDF186 KBMay 8, 2026
AI Summary
This document, "ATTACHMENT 4 – CONFLICT OF INTEREST STATEMENT," is a mandatory form for entities seeking to contract with the federal government, specifically addressing conflicts of interest as per Revolutionary FAR Overhaul (RFO) subpart 3.6. Its main purpose is to prevent the government from awarding contracts to its employees or organizations substantially owned or controlled by them. The form requires the signatory to certify whether they or any member substantially owning or controlling the company is a government employee. It also mandates the disclosure of any potential conflicts that may arise during the engagement and a commitment to comply with all applicable federal ethics and procurement integrity regulations, including RFO subparts 3.6 and 9.5. The undersigned must be an individual with the authority to legally bind the company and certifies the truthfulness of the statement under penalty of perjury.
Attachment 3 - Offeror Information and Certification.pdf
PDF262 KBMay 8, 2026
AI Summary
Attachment 3 – Offeror Information & Certification is a crucial document within government solicitations, serving as a certification and information submission form for companies. It requires offerors to provide essential details such as company name, Cage Code, UEI Number, number of employees, and total yearly revenue, which are used to determine business size for NAICS codes. The form also mandates the offeror to specify which documents are included in their submission, such as the Technical Capability Offer, Price Proposal Worksheet, Offeror Information Document, and Conflict of Interest Statement. A key component is the confirmation of Representations and Certifications, either attached or contained in the System for Award Management (SAM), and whether the offeror is registered in SAM. Finally, it requires a signature from an authorized agent, certifying their authority to bind the company and acknowledging receipt of any addendums to the solicitation. This document ensures compliance, transparency, and proper identification of the submitting entity within the federal procurement process.
Attachment 2 - Pricing Worksheet.xlsx
Excel22 KBMay 8, 2026
AI Summary
This document is a price worksheet for a federal government procurement, detailing 20 Contract Line Item Numbers (CLINs) for an unspecified item to be purchased at Cannon AFB, NM. Each CLIN specifies a quantity, unit of measure (EA for each), unit price, and total price. The quantities range from 1 to 20, with corresponding unit prices increasing incrementally from $1.00 to $20.00. The total price for all 20 CLINs is $2,870.00. The worksheet includes placeholders for the date, company name, and title of the item, indicating it is a template for a vendor to complete. It serves as a clear breakdown of costs for a procurement request.
Attachment 1 - A PORTABLE SANITATION SERVICES STATEMENT OF OBJECTIVES (SOO).pdf
PDF119 KBMay 8, 2026
AI Summary
This Statement of Objectives (SOO) outlines the requirements for portable sanitation services for the Wings Over Cannon 2026 Airshow at Cannon AFB, NM, on June 6, 2026. The contractor will provide supply, transport, setup/removal, and servicing of portable restrooms, including ADA-accessible units and handwash stations, for an estimated 12,000-13,000 attendees. Services must be distributed across four designated stations and maintained throughout the 9-hour event. The proposal must include unit quantities, servicing plans, and schedules. Key performance standards emphasize cleanliness, adequate capacity, ADA compliance, and adherence to health and safety regulations. Delivery and setup are scheduled for June 5, 2026, with removal from June 7-8, 2026. The government will provide site access, and the contractor is responsible for safeguarding shared assets and maintaining liability insurance.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineMay 15, 2026
expiryArchive DateMay 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4855 27 SOCONS LGC

Point of Contact

Name
William Christopherson

Place of Performance

Cannon AFB, New Mexico, UNITED STATES

Official Sources