LF Portable Latrines
ID: FA461325Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, 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 Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of portable, handicap-accessible latrines and comprehensive cleaning services for 150 launch facilities, with maintenance scheduled every 30 days and additional services available upon request within 72 hours. This procurement is critical for maintaining sanitary conditions at a key military installation, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, with a total estimated contract value of $9 million, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Portable Latrine Service at F.E. Warren Air Force Base (AFB), WY, covering 150 launch facilities (LF). The contractor is tasked with providing portable, handicap-accessible latrines and cleaning services, with a focus on timely maintenance every 30 days, and additional service within 72 hours upon request. Specifications mandate latrine dimensions, color, and service procedures, including waste disposal compliance with relevant laws. Safety, security, and environmental standards are emphasized, including employee restrictions and safety protocols during operations. The contractor must report any vandalism and cooperate with security personnel while ensuring contractor vehicles are compliant with regulations. Regular performance meetings will assess service levels against established thresholds, aiming for minimal valid defects in service delivery. The PWS also mandates adherence to anti-terrorism protocols, green procurement practices, and prompt reporting of environmental spills. In summary, the document emphasizes the contractor's comprehensive role in maintaining sanitary facilities while adhering to strict safety, environmental, and operational guidelines crucial for successful contract performance at a key military installation.
    The memorandum from the 90th Missile Wing of the Air Force outlines the guidelines for contractors interested in proposal FA461324Q0014, which involves leasing and servicing 150 portable latrines at launch facilities. It emphasizes the importance of safeguarding Department of Defense Unclassified Controlled Nuclear Information (DoD UCNI), specifically the MAF Map related to this project. Contractors must acknowledge receipt of UCNI materials and are prohibited from releasing or reproducing this information outside of official use. Proper destruction of the materials is required after use. The memorandum provides contact details for requesting access to documents via DoD SAFE drop and stresses adherence to relevant safeguarding regulations. The overall purpose is to ensure that sensitive information is securely managed throughout the procurement process.
    The F.E. Warren AFB is soliciting offers for Portable Latrine Services through a Past Performance Questionnaire (PPQ) to evaluate companies for this contract. The questionnaire must be completed and submitted as a PDF to the designated Contract Specialist by October 10, 2024, at 10:00 a.m. MDT. The document is structured in several sections: 1. **Contract Identification** - Details the contractor and contract specifics, including roles and performance. 2. **Customer or Agency Identification** - Requires the name and description of the customer agency and the geographic coverage of services. 3. **Respondent Identification** - Collects information about the individual completing the questionnaire, their position, and their familiarity with the contract. 4. **Performance Information** - Rates the contractor’s performance across various categories such as management effectiveness, problem resolution, compliance with requirements, and emergency responsiveness. 5. **General Comment** - Allows the respondent to provide an overall assessment of the contractor's ability to fulfill their proposal. The main purpose of this file is to collect feedback and evaluations of past performance to ensure that the selected vendor can meet the requirements for providing Portable Latrine Services effectively and efficiently. This thorough evaluation process reflects the government’s commitment to accountability and quality in contracting.
    This document outlines the Wage Determination under the Service Contract Act, detailing minimum wage rates and fringe benefits for employees on federal service contracts. Wage Determination No. 1996-0223 specifies rates effective for contracts based on their signing date and categorizes regions within the U.S. with different rates for various occupational roles, such as Heavy Equipment Operator and Laborer. The minimum wage rates are linked to Executive Orders 14026 and 13658, mandating $17.20 or $12.90 per hour, respectively, unless a higher rate is provided in the wage determination. The document also describes the fringe benefits, including health and welfare benefits, vacation policies, and requirements for uniform allowances. Additionally, it outlines the conformance process for any unlisted job classifications, ensuring compliance with federal regulations. This summary serves as guidance for contractors engaged in government RFPs, reinforcing the need for adherence to established wage standards and worker protections under federal law, promoting fair labor practices in government contracting.
    The Mission-Essential Contractor Services Plan outlines procedures for maintaining and servicing LF Portable Latrines at F. E. Warren AFB, WY, in accordance with federal guidelines during crises. It emphasizes the importance of continuity of operations by ensuring essential cleaning and maintenance services are upheld upon activation by the Contracting Officer (CO). Key objectives include the acquisition of necessary personnel and resources, management of challenges during extended events (like pandemics), communication of expectations to personnel, and strategies for operational resilience amidst adverse conditions. The pricing structure for these services is outlined, detailing regular maintenance and out-of-cycle cleaning requirements. The document also mandates the use of a Quality Control Plan (QCP) by the contractor to oversee service performance. The plan remains in effect until directed by the CO to deactivate. This document is part of federal RFP processes aimed at ensuring essential services are maintained during periods of crisis, reinforcing the commitment to operational preparedness and service continuity in government operations.
    The document outlines a solicitation for the leasing and servicing of portable latrines for F.E. Warren AFB, WY, under the Women-Owned Small Business (WOSB) program. The contract requires comprehensive services including the monthly leasing, servicing, and cleaning of portable latrines across 150 launch facilities over a base year and four optional one-year extensions, from December 15, 2024, to December 14, 2029. The contractor must deliver latrines that meet specific size and color requirements and include sanitation services such as pumping tanks and restocking supplies. Key notes include a total estimated contract value of $9,000,000, with details on service performance, inspection protocols, and requirements for offer submission deadlines. The solicitation emphasizes that no awards will be made until funding is available, highlighting the government's right to cancel the solicitation at any time without obligation for reimbursement. The document aligns with federal contracting practices aimed at supporting small and economically disadvantaged businesses, particularly those owned by women and veterans. It showcases the government's effort to ensure compliance with regulations while facilitating essential services within military operations.
    Lifecycle
    Title
    Type
    LF Portable Latrines
    Currently viewing
    Solicitation
    Similar Opportunities
    Portable Restroom Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the rental of a unisex restroom trailer to support a facility renovation project at Altus Air Force Base (AFB) in Oklahoma. The contractor will be responsible for providing a restroom trailer with four to six stalls, complete with sinks, toilets, and climate control, along with sanitation, facility maintenance, and waste removal services for a period of two years, starting on October 21, 2024. This procurement is critical for ensuring adequate sanitation facilities during the renovation, emphasizing compliance with environmental regulations and safety standards. Interested vendors must submit their proposals electronically, adhering to the outlined requirements, and can contact Isaiah Jones or Jacolbi Thomas for further information. Note that funding is not currently available, and no awards will be made until funds are secured.
    Aircraft Latrine Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Latrine Service at Keesler Air Force Base in Biloxi, Mississippi. The contract requires the contractor to provide comprehensive cleaning and recharging services for aircraft lavatories, adhering to specific operational standards and environmental regulations, with a performance period from October 1, 2024, to September 30, 2025. This service is critical for maintaining the operational readiness of WC-130J and C-130J aircraft, ensuring compliance with federal labor laws and supporting fair labor practices as outlined in the Wage Determination document. The estimated total award amount for this contract is $9 million, and interested parties should direct inquiries to Dalwyn Corporan-Polanco at dalwyn.corporan-polanco@us.af.mil or Priscilla Brown at priscilla.brown.5@us.af.mil.
    Portable Restroom Rental and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking quotes for portable restroom rental and maintenance services under RFQ Number N66001-24-Q-6399. The procurement aims to provide portable restroom services at the 2515 Aviation Way location in Colorado Springs, CO, including installation, monthly maintenance, and eventual removal of the units. This service is critical for supporting the command-and-control facility operations, ensuring sanitary conditions for personnel. Interested small business concerns must submit their complete quotes by September 27, 2024, with inquiries directed to Contract Specialist Magda V Velarde at magda.velarde@navy.mil or by phone at 619-947-1934.
    Portable Trailers, Toilets, Sinks & Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for a contract to provide and maintain portable trailers, toilets, and sinks at the Tobyhanna Army Depot in Pennsylvania. The contract encompasses the supply of one restroom trailer, twelve portable toilets (including two handicap-accessible units), and regular maintenance services, including weekly cleanings and hygiene supply management. This procurement is crucial for ensuring sanitary facilities for various operations and events at the depot, reflecting the government's commitment to maintaining high standards in public health and safety. Proposals are due by 4:00 PM on September 30, 2024, and interested parties must contact Nicole Tokash at nicole.tokash.civ@army.mil or call 570-615-7569 for further details.
    Portable Toilet Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Logistics Base Albany, is soliciting quotes for the rental and maintenance of a portable restroom trailer under Solicitation Number M67004-24-Q-0089-0001. The contract requires the provision and weekly servicing of one ADA-compliant trailer, accommodating 35-45 users during workdays from September 25, 2024, to February 14, 2025, with delivery expected by September 30, 2024. This procurement is crucial for ensuring sanitary facilities at the base, adhering to federal regulations for waste disposal and accessibility standards. Interested vendors must submit their bids via email, ensuring compliance with the Total Small Business set-aside requirements, and can contact Jamie Fernandez at Jamie.Fernandez@usmc.mil or Matthew S. Radi at matthew.radi@usmc.mil for further information.
    Rental of Portable Toilet, Hand Wash Station, Greywater removal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors for the rental of portable toilets, hand wash stations, and greywater removal services at Camp Atterbury and Muscatatuck Urban Training Center in Indiana. The procurement aims to establish a Blanket Purchase Agreement for a period of three to five years, with a requirement for 60 to 70 permanent porta johns at Camp Atterbury and 7 to 22 at MUTC, along with additional a la carte rentals for training events. These services are critical for maintaining hygiene and operational readiness during military training exercises, including the annual "Guardian Response" event, which has previously required significant numbers of portable sanitation units. Interested parties are encouraged to submit a capabilities statement to the primary contacts, Rob Marszalek and Sheri Herrin, via email, with a pre-solicitation notice expected to be published soon.
    UWC Fall 2024 Vault Toilet Pumping
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the pumping and maintenance of up to 32 vault toilets located within the Uinta-Wasatch-Cache National Forest in Utah. The contractor will be responsible for pumping, cleaning, disinfecting, and disposing of waste from both single and double vault toilets, each with a capacity of approximately 1,000 gallons, while ensuring compliance with environmental regulations and maintaining public access during operations. This initiative underscores the government's commitment to maintaining clean and accessible recreational facilities, promoting public health and safety in outdoor environments. Interested contractors must submit their proposals by September 24, 2024, to Paula Sales at paula.sales@usda.gov, with work expected to be completed by October 31, 2024.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    MROTC Restroom Trailer BPA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a Restroom Trailer BPA for lease or rental of equipment-toiletries. The service/item being procured is a mobile restroom trailer, typically used for providing restroom facilities in outdoor or temporary event settings. The procurement will take place in Oklahoma City, OK, USA. For more information, contact Tanner Mullins at tanner.mullins.1@us.af.mil.
    Portable Toilet Services Master Blanket Purchase Agreement
    Active
    Dept Of Defense
    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.