U.S. CBP, USBP Tucson Sector Portable Restrooms & Handwash Station Services
ID: 70B03C25Q00000164Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is soliciting proposals for the rental and servicing of portable restrooms and handwash stations in the Tucson Sector. The procurement aims to provide essential sanitation services to support both migrants and Border Patrol agents, ensuring compliance with health and safety standards. Contractors will be required to deliver, maintain, and service ADA-compliant portable toilets, with a commitment to routine cleaning and emergency response, as outlined in the Statement of Work (SOW). Interested small businesses must submit their quotes by April 5, 2025, with the contract period set from April 18 to October 18, 2025. For further inquiries, potential bidders can contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotations (RFQ) from the Department of Homeland Security, specifically the Customs and Border Protection (CBP) division, for portable restroom and maintenance services. The solicitation emphasizes that the project is set aside for small businesses, with specific stipulations for service-disabled veteran-owned and women-owned small business concerns. The contract is structured as a Firm-Fixed Price Purchase Order, with an award value of approximately $9 million, and aims to fulfill the needs outlined in a detailed Statement of Work (SOW). The period of performance is expected from April 18, 2025, to October 18, 2025. Contractors must be registered in the System for Award Management (SAM) and are instructed to submit specific documentation, including a price quote form and capability statements. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, ensuring compliance with the SOW. The document includes requirements for pre-screening security checks for contractor personnel entering CBP facilities, alongside provisions from the Federal Acquisition Regulation (FAR) relating to various contract terms. This solicitation reflects the government’s ongoing strategy to engage small businesses while ensuring cost-effective services for its operational needs.
    The document outlines a Request for Quotes (RFQ) from the Department of Homeland Security (DHS), specifically the Customs and Border Protection (CBP), seeking proposals for the procurement of portable restrooms and maintenance services. This solicitation, identified by number 70B03C25Q00000164, is set as a Small Business Set-Aside, inviting qualified contractors to submit price quotes by the due date of April 5, 2025, with an award period from April 18 to October 18, 2025. The contract stipulates a Firm Fixed Price Purchase Order, with the selection criteria based on the Lowest Price Technical Acceptable (LPTA) approach. Bidders must provide a range of information including their company details, past performance capabilities, and compliance with referenced terms and clauses from the Federal Acquisition Regulation (FAR). The document also details requirements for SAM registration, conditions for invoice submissions, and adherence to safety and security protocols when accessing CBP facilities. Overall, this solicitation emphasizes the importance of price, technical capability, and compliance with government standards in fulfilling the CBP's needs for portable restroom services.
    The U.S. Customs and Border Protection (CBP), Office of Border Patrol (OBP) in Tucson is seeking a contractor for the rental and servicing of portable restrooms and handwash stations to support both migrants and Border Patrol agents. The contractor must provide comprehensive services, including delivery, cleaning, maintenance, and compliance with state and federal regulations. Key responsibilities include providing high-quality, ADA-compliant portable toilets, performing routine cleaning and stocking supplies, and managing septic services. The agreement requires the contractor to service each location twice weekly, respond to emergency requests within specified timeframes, and maintain equipment in good working order. Contractors must also adhere to strict safety and security protocols while operating on government property. A detailed schedule for services is to be submitted to the Contracting Officer Representative (COR) at contract initiation. The successful bidder will be expected to ensure quality control and facilitate a smooth transition at the start and end of the contract. This procurement aims to maintain the health and sanitation standards necessary in border areas.
    The document outlines the inventory and weekly pricing of various equipment units across multiple locations, primarily focused on regular units, handwash stations, and trailers. Locations include TCC-TCA, AJO 850 N 85, Puerto Blanco Dr., and others, detailing the number of each type of unit available. Notably, some locations have a higher quantity of regular units and handwash stations, while many trailers remain unutilized. The prices per unit are listed, but specific financial totals and projections for extended service weeks are indicated as placeholders, suggesting potential budgeting for future expenditures. The overarching purpose of the document appears to be inventory management linked to governmental funding or grants, facilitating resource allocation for specific operational needs, likely in a public health or sanitation context. The inventory tracking reflects the government's efforts to maintain hygiene standards and resource availability in various jurisdictions, in alignment with RFPs and grants designed to enhance public services. This document serves as a significant tool in managing logistics and ensuring proper distribution of equipment critical for health and safety in communities.
    The Statement of Work (SOW) issued by the U.S. Customs and Border Protection (CBP) for the Tucson Sector outlines the procurement of portable restrooms and handwashing stations to support both migrants and Border Patrol Agents in remote areas. The contractor will be responsible for supplying, servicing, cleaning, and maintaining these facilities at multiple locations within the sector, adhering to state and federal regulations. The contractor will perform services like waste removal and cleaning twice weekly at designated sites, which include various Border Patrol Stations and checkpoints across southern Arizona. Essential tasks include providing supply materials, managing logistics for delivery and setup, and ensuring the restrooms and handwashing stations are operational. The contract is a Firm Fixed Price type with a performance period of one year, extendable for four additional years. Additionally, the contractor must ensure compliance with health and environmental regulations in waste disposal. Security protocols mandate that contractor personnel be U.S. citizens, and any access to restricted areas must be authorized in advance. The SOW emphasizes adherence to specific codes and the requirement for a schedule of services to be provided to the Contracting Officer Representative. This document emphasizes the government's commitment to maintaining health standards at Border Patrol locations while detailing operational expectations for the contractor.
    The document is a Q&A section related to a Request for Proposal (RFP) issued by the CBP U.S. Border Patrol Tucson Sector concerning portable restrooms. Key topics include subcontracting policies, service requirements for government-owned shower trailers, septic service specifics, location details for service delivery, and compliance with disinfectant standards. Crucial points include that subcontracting is only permissible with prior government approval and that any existing contracts should be disclosed during quotes. The current contract value is $514,000, with servicing requirements including pumping a 375-gallon septic tank bi-monthly, visual inspections, and site cleanup. The government's stipulation for an odorless disinfectant is clarified to allow natural odors. The procurement period indicates a six-month solicitation that may be revised to better reflect service continuity. Clarification on trailer specifics reveals they contain two separate bathroom facilities per unit, aimed at servicing designated locations efficiently. Overall, the RFP addresses logistical and operational details essential for service providers to understand expectations and compliance requirements for the portable restroom project.
    Similar Opportunities
    Trash Disposal Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking market information for Trash Disposal Services to be provided at a minimum of 20 locations within the San Diego Sector. The procurement aims to identify industry capabilities for a service contract that encompasses management, supervision, labor, transportation, supplies, and equipment necessary for effective trash disposal, while ensuring compliance with EPA and local regulations. This Request for Information (RFI) is crucial for informing CBP's acquisition strategy and performance specifications, as the contractor will be responsible for all aspects of trash removal, including adherence to a quality control plan and safety standards. Interested parties should submit their responses via email to Contract Specialist Starla VanWinkle by December 17, 2025, at 2:00 p.m. ET, as this RFI is for planning purposes only and does not guarantee a contract award.
    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.
    Soft-Sided Facilities and Wrap-around Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    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.
    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.
    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.
    Soft-Sided Facilities and Wrap-around Services El Paso
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the United States Customs and Border Protection (CBP), is seeking to modify Task Order number 70B01C23F00000067 to establish a new 2500-person soft-sided facility in El Paso, Texas, along with wrap-around services. This procurement is being conducted under a Limited-Sources Justification in accordance with FAR 8.405-6(a), indicating a focused need for these specific services and facilities to support operational requirements. The establishment of such facilities is critical for managing and accommodating personnel and resources effectively in response to border security needs. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further information regarding this opportunity.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    Pilot Locker Restroom Renovation
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.