BPA for Latrine and Septic Service
ID: FA485525R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Blanket Purchase Agreement (BPA) for Latrine and Septic Services at Cannon Air Force Base (CAFB) in New Mexico. The procurement aims to establish a reliable service for maintaining portable chemical latrines, hand wash stations, and septic tank pumping, ensuring compliance with environmental and safety standards. These services are crucial for maintaining sanitary conditions at military installations, reflecting the government's commitment to operational readiness and environmental responsibility. Interested small businesses must submit their proposals by June 25, 2025, and can direct inquiries to Gaige Macomber at gaige.macomber@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further information.

    Files
    Title
    Posted
    The Department of the Air Force, 27th Special Operations Contracting Squadron, is issuing a Request for Proposal (RFP) for Latrine and Septic Services at Cannon Air Force Base, New Mexico. The solicitation number FA485525R0007 was announced on May 19, 2025, with proposals due by June 25, 2025. This opportunity is a 100% Total Small Business Set-Aside, with an associated NAICS code of 562991 and a size standard of $9.0 million. The RFP outlines the establishment of a Blanket Purchase Agreement (BPA) for the required services, with a Price List and Performance Work Statement attached for bids. It emphasizes the importance of technical capability and past performance in evaluating proposals, which will be judged as Acceptable or Unacceptable. Price analysis will ensure fairness, and proposals must be submitted electronically without virus or unreadable formats. The government reserves the right to cancel this solicitation if funds are unavailable or if it deems necessary. Successful bids will lead to a Firm-Fixed-Price contract awarded based on the lowest evaluated price combined with acceptable technical and performance evaluations, marking the Air Force's efforts to seek competitive service provisions in a structured procurement process.
    The Performance Work Statement (PWS) for Latrine and Septic Services at Cannon Air Force Base (CAFB) outlines the contractor's responsibilities to provide and maintain portable chemical latrines and hand wash stations, along with pumping services for domestic wastewater and septic tanks. The contractor must deliver, set up, service, and ultimately remove these units across various locations in New Mexico, including CAFB and Melrose Air Force Range (MAFR). Service requirements specify proper maintenance schedules, the use of environmentally safe chemicals, and adherence to safety protocols. The PWS details the necessary setup conditions, emergency servicing guidelines, and the management of potential issues such as vandalism or spills. Performance objectives define minimal acceptable service levels, assessed through customer complaints and government inspections. The document emphasizes compliance with federal, state, and local laws, quality assurance measures, and environmental management standards. Additionally, it outlines contractor personnel requirements, including employee qualifications and access restrictions to secure areas, ensuring that operations remain efficient and compliant with safety regulations. Overall, this contract reflects the government's commitment to maintaining sanitary conditions at facilities while ensuring environmental responsibility and operational readiness.
    The Performance Work Statement (PWS) outlines the requirements for latrine and septic services at Cannon Air Force Base (CAFB) and Melrose Air Force Range (MAFR) in New Mexico. This contract involves providing labor, equipment, and maintenance for portable chemical latrines, hand wash stations, and wastewater pumping services. The contractor must adhere to all relevant federal, state, and local regulations, ensuring timely delivery and setup of units, regular servicing, and proper waste disposal, including in emergencies. Specific servicing protocols, such as weekly maintenance during peak seasons and monthly for remote locations, are mandated. The contractor is responsible for environmental safety, spill management, and ensuring a neat appearance of employees and equipment. The document also specifies various operational and security requirements, including personnel training and background checks. Performance objectives are identified, with indicators for acceptable service levels. This PWS serves as a comprehensive guideline to ensure public health and safety in service operations, reflecting the government’s commitment to efficient waste management at military installations.
    The document outlines a Proposal Price Worksheet for latrine and septic services at Cannon Air Force Base (CAFB), New Mexico, under RFP FA485525R0007. It includes detailed pricing structures for various services, categorized by ordering periods, with each period estimating costs for standard latrines, handicap latrines, hand wash stations, and septic tank pumping. Each service is identified by a Contract Line Item Number (CLIN), with quantities and pricing left blank to be filled out by bidders. The document emphasizes the operational requirements of maintaining sanitation facilities over multiple years, potentially extending services beyond the initial contract term. This proposal framework is designed for government contractors to submit competitive bids, ensuring that essential sanitation services comply with specific performance work standards. The content reflects standard practices in government Requests for Proposals (RFPs) and highlights the importance of sanitation and septic services in military installations.
    The Offeror Information Document is a standard form used in federal government solicitations to collect essential information from potential bidders. It requires details such as the company name, Cage Code, UEI Number, number of employees, and total yearly revenue to determine the business size according to NAICS classifications. The document lists supporting documents needed for the proposal, including a Technical Capability and Price Proposal Worksheet. Offerors must confirm their registration status in the System for Award Management (SAM) and provide required certifications. By signing the document, the authorized agent certifies their authority to bind the company legally to the submitted offer and acknowledges receipt of any addendums associated with the solicitation. This form is crucial for ensuring compliance and facilitating the evaluation process during the proposal assessment for federal grants and contracts.
    This document details the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses applicable to government contracts, focusing on contract management, payment processes, and compliance regulations. Notably, it emphasizes the use of the Wide Area Workflow (WAWF) system for electronic submission of payment requests and receiving reports, requiring contractors to register in the System for Award Management (SAM) and complete necessary training. The document outlines contract clauses covering a variety of issues, including requirements on the use of unique item identification for specific items valued over $5,000, ethical considerations, and requirements related to small business concerns. Key clauses of interest include those related to environmental protections, labor standards, and cybersecurity measures. Ombudsman contact information is provided for addressing concerns and facilitating dispute resolutions. Specific provisions also address health and safety measures on government installations, restricting the use of ozone-depleting substances, and adhering to transportation regulations, highlighting the government's operational standards and commitment to prevention of environmental harm and promotion of safety in contract performance. This comprehensive set of regulations ensures compliance and accountability in the execution of federal contracts.
    The Department of the Air Force is soliciting proposals under Solicitation Number FA485525R0007 for a Blanket Purchase Agreement (BPA) focused on Latrine and Septic Services at Cannon Air Force Base, New Mexico. The solicitation, issued on May 19, 2025, is exclusively open to small businesses, with a size standard of $9.0 million under NAICS code 562991. Offerors must submit their proposals electronically by June 20, 2025, with no late submissions accepted. Proposals should include a completed Price List (Attachment 2), a detailed Technical Capability document, and an Offeror Information Document (Attachment 3). The evaluation process will consider Technical Capability, Past Performance, and Price, with a single award granted to the most advantageous proposal. Technical Capability must be specific and demonstrate the understanding of the requirements without merely restating them. Offerors are advised they must be registered in the System for Award Management (SAM) at the time of submission. The solicitation highlights that no award will be made until funds become available, with the right to cancel the solicitation at any time. This RFP exemplifies the government's procurement processes aimed at ensuring compliance and competitive pricing in military operations.
    The memo from the 27th Special Operations Contracting Squadron discusses the queries related to Solicitation No. FA485525R0007 for latrine and septic services. It confirms the presence of an incumbent contractor, Sparklin Wash/Mighty Vac, LLC, with a specified contract number. Key clarifications include that water and on-site dumping are not provided, and details surrounding the rental arrangements for latrines and hand wash stations, indicating both long-term and short-term usage based on operational requirements. Service frequency for the units is outlined, detailing monthly servicing from October to March, and bi-monthly from April to September. This document serves to address contractors' questions to ensure transparency and clarify aspects of the service solicitation essential for bidding and compliance in military operations. It reflects the structured approach of the Air Force in managing procurement processes.
    Lifecycle
    Title
    Type
    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.
    Emergency Sewage Pumps
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for emergency sewage pumps to be utilized at Barksdale Air Force Base in Louisiana. This contract aims to acquire sewage treatment equipment, which is critical for maintaining sanitation and operational readiness in emergency situations. The procurement is justified under the need for reliable sewage management systems, ensuring the base can effectively respond to potential crises. Interested vendors can reach out to Marcus Olearnick at marcus.olearnick@us.af.mil or by phone at 318-456-2202, or contact MSgt Randy McGinnis at randy.mcginnis@us.af.mil or 318-456-1353 for further details.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    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.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    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.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.