W--MRG RM199 PORTABLE TOILET RENTAL
ID: 140R4025Q0067Type: Combined Synopsis/Solicitation
AwardedJul 7, 2025
$10.7K$10,734
AwardeeAAA PUMPING SERVICE, INC. 2855 2ND ST SW ALBUQUERQUE NM 87102 USA
Award #:140R4025P0065
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, 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 Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the rental and servicing of portable toilets and hand wash stations for the Corrales River Mile 199 Project in New Mexico. The contract, anticipated to last 20 months, requires the delivery, setup, maintenance, and removal of portable toilets at designated locations within Bernalillo and Sandoval Counties, ensuring compliance with federal, state, and local standards. This procurement is crucial for maintaining hygiene and sanitation during government operations at remote sites, emphasizing the importance of regular maintenance and proper waste disposal. Interested small businesses must submit their proposals by June 17, 2025, and can direct inquiries to Nayda Gonzalez at ngonzalez@usbr.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation, Socorro Field Division, seeks qualified contractors to provide portable toilets and hand wash stations, along with related services, for field locations in Bernalillo and Sandoval County, NM. The contract requires delivery, servicing, and removal of portable toilets as needed, particularly at designated remote locations along the Corrales River and at a rock stockpile. Contractors must ensure compliance with all federal, state, and local standards. The contract outlines pricing structures for daily, weekly, and monthly services, including emergency service availability. Responsibilities also include maintaining cleanliness, restocking supplies, and addressing any equipment issues promptly. A waste disposal strategy that adheres to health regulations is mandated, requiring contractors to have operational permits for waste removal. The performance period spans 20 months, starting from the award date, with a requirement for timely deliveries and adjustments based on the project's evolving needs. Overall, the RFP highlights the commitment to ensuring adequate sanitation facilities during government projects while promoting environmentally responsible practices.
    The MRG RM 199 Portable Toilet Rental solicitation outlines the requirements for a service contract to provide portable toilets, cleaning, delivery, removal, and relocation for a duration of 20 months. Offerors must complete the specified Price Schedules and submit comprehensive pricing that includes rental costs, weekly cleaning fees, and charges for delivery, removal, and moving the toilets to new locations—a total of 10 moves is required for the three rented toilets. The solicitation emphasizes that incomplete offers will be deemed nonresponsive and not considered for award. An optional Schedule B includes an additional portable toilet with similar service requirements. This document highlights the essential terms and conditions under which the government seeks service providers, ensuring adherence to the attached Statement of Work for smooth project execution.
    The document appears to contain various fragmented data, likely related to government requests for proposals (RFPs) or grants, structured in a way that seems to obscure specific content. While it lacks coherent and identifiable text due to heavy encoding or corruption, the presence of terms and phrases suggests themes of federal and state funding opportunities, compliance with regulatory standards, and perhaps the management of project scopes—common in RFP processes. Key concepts potentially include proposals for funding, eligibility requirements, project expectations, and compliance measures vital for grant applications in federal and state contexts. Nonetheless, because of the document's deteriorated format, the primary intention and specific details about any programs or initiatives cannot be adequately discerned. Overall, this document highlights the intricacies and necessary aspects of engaging with governmental funding processes but requires substantial decoding or restoration of legibility to yield actionable insights significantly relevant to stakeholders seeking grants or responding to RFPs.
    The document clarifies specific logistical details regarding the provision and location of portable toilets associated with a government project. It specifies that no water will be supplied by the government and identifies the locations of three porta potties: one at a rock stockpile northeast of Bernalillo, another in the floodplain of the river on Sandia pueblo land, and a third on the east side of the river, which will require multiple relocations throughout the project's duration. It confirms that only one porta potty will be placed at each location, totaling three. Coordination with the Reclamation will be necessary for proper placement. This document is relevant to government RFPs and illustrates the attention to detail and logistical planning needed for effective project management.
    The document is a revised solicitation for quotes (RFQ) regarding the rental of portable toilets by the Bureau of Reclamation for field projects in Socorro, New Mexico, specifically at the Corrales River Mile 199 project. This solicitation is set aside for small businesses and falls under NAICS 562991, which pertains to waste management services. The government seeks to award a hybrid fixed-price and labor-hour order to the contractor who offers the best value based on technical approach, past performance, and price. Prospective offerors must submit compliant documentation, including safety certifications, detailed service plans, and must adhere to regulations regarding the movement of toilets as project locations change. The document emphasizes adherence to federal Acquisition Regulations (FAR) and outlines comprehensive performance, invoicing, and safety standards for contractors. Quotes are due by June 16, 2025, and all inquiries must be submitted by June 10, 2025. This solicitation underscores the government's efforts to maintain project efficiency while promoting small business participation in federal contracts.
    The Bureau of Reclamation's Socorro Field Division in New Mexico is soliciting proposals for the rental and servicing of portable toilets and hand wash stations as part of the Corrales River Mile 199 Project. This contract, anticipated to last twenty months, includes the delivery, setup, maintenance, and removal of portable toilets at specified locations within Bernalillo and Sandoval Counties. Offerors must provide units compliant with federal, state, and local standards, equipped with necessary features such as urinals, waste receptacles, and sanitation supplies. Services will include regular weekly maintenance, emergency response, and the proper disposal of waste in accordance with health regulations. The offeror is also responsible for moving units as project needs evolve and for cleaning, repairing, and replacing defective equipment promptly. Pricing must reflect a comprehensive monthly rate and emergency service options are encouraged. The document serves as a formal Request for Proposals (RFP), detailing expectations, responsibilities, submission requirements, and the approval process for potential contractors. The specifications underscore the government’s commitment to providing adequate hygiene services during the project lifecycle, emphasizing compliance, responsiveness, and service quality.
    The document pertains to an amendment of a solicitation related to a contract for the rental of portable toilets (MRG RM199). It outlines the processes for acknowledging receipt of the amendment, specifying methods such as completing copies, sending letters, or electronic communications. A failure to acknowledge receipt by the specified deadline may lead to the rejection of offers. The amendment includes a Revised Statement of Work and a Revised Combined Synopsis Solicitation, with all other terms and conditions remaining unchanged. The period of performance for this contract is set from June 26, 2025, to February 25, 2027. The document is officially signed by a contracting officer and adheres to established government protocols for contract modifications. Overall, it demonstrates the Bureau of Reclamation's administrative update for managing procurement and contractual obligations in compliance with federal regulations.
    This document serves as an amendment to Solicitation No. 140R4025Q0067 regarding the MRG RM199 Portable Toilet Rental. Its primary purpose is to clarify questions raised about the solicitation and extend the submission deadline to June 17, 2025, at 12 PM Mountain Time. All other terms and conditions of the original solicitation remain unchanged. The period of performance for the awarded contract is set from June 26, 2025, to February 25, 2027. To acknowledge receipt of this amendment, contractors must follow specific procedures, including responding in writing or electronically, referencing the solicitation and amendment numbers. Failure to acknowledge may lead to the rejection of offers. The document outlines the processes for modifying existing contracts and specifies that contractors must adhere to established protocols regarding communication for changes to offers. Overall, this amendment is essential for ensuring clarity and updated timelines for potential bidders in the context of federal contracting procedures.
    The document is a Request for Quotation (RFQ) for portable toilet and mobile office unit rental services, specifically for the Bureau of Reclamation's Corrales River Mile 199 project in Socorro, New Mexico. This RFQ is set aside for small businesses under NAICS code 562991, with a maximum annual revenue of $9.0 million. The government aims to award a fixed-price and labor-hour purchase order based on the best value, assessed through the technical approach, past performance, and pricing of quotes received. The services are necessary to maintain compliance and safety during government project operations at multiple remote locations. The proposal outlines that the contractor must provide mobile units and reposition them as project progress demands across the worksite, including both sides of the Rio Grande River. Additionally, submission requirements, review timelines, and performance obligations are detailed, emphasizing regulatory compliance, documentation of safety practices, access control, and maintenance of proper invoicing procedures through the U.S. Treasury's Invoice Processing Platform. Compliance with numerous federal acquisition regulations and clauses is mandatory, fostering adherence to standards that govern contractor responsibilities and rights throughout the contract's duration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.