M0068126Q0004 Chemical Toilets RFQ
ID: M0068126Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP PENDLETON, CA, 92055-5001, USA

NAICS

Septic Tank and Related Services (562991)

PSC

LEASE OR RENTAL OF EQUIPMENT- TOILETRIES (W085)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Installations West at Camp Pendleton, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide chemical toilets and hand-washing stations, along with cleaning services, at various locations in Southern California, including Camp Pendleton, Fallbrook, San Diego, and Miramar. The contract requires the contractor to deliver, clean (twice weekly), restock, and remove waste from the facilities, with services to be performed in rugged, off-road environments necessitating all-terrain vehicles. Interested parties must submit their quotes via email by December 27, 2025, and ensure they are registered in SAM, with all required documentation completed, including past performance and pricing worksheets. For further inquiries, potential bidders can contact Nicholas Vonbargen at nicholas.vonbargen@usmc.mil or John Rutkowsky at john.rutkowsky@usmc.mil.

    Files
    Title
    Posted
    ATTACHMENT 1 - PAST PERFORMANCE WORKSHEET (Solicitation Number: M00681-26-Q-0004) is a standardized form for contractors to report their past performance. It requires detailed information about previous contracts, including the name of the government agency or firm, address, technical and contracting points of contact, contract number, award dates, and initial and final contract prices. Contractors must describe the nature and scope of work, any performance issues, or litigation. The form also asks for the current status of the contract (e.g., continuing, completed, terminated) and the number of supported locations. A key component is whether a Contractor Performance Assessment Reporting System (CPARS) report is available. This worksheet ensures a comprehensive evaluation of a contractor's past performance, which is crucial for federal, state, and local government RFPs and grant applications.
    The M0068126Q0004 Chemical Toilets Pricing Summary outlines pricing and maximum quantities for various chemical toilet and related services across three base ordering periods. The document details services such as standard chemical toilet rental (full term, long term, short term monthly, weekly), standard chemical toilets with waterless handcleaner, and standard chemical toilets with sinks (long term, short term monthly, weekly). It also includes handicapped accessible chemical toilets with similar term options, stand-alone sinks (dual sink full term, long term, short term monthly, weekly), and additional services like cleaning, relocation charges, and expedited delivery/pickup charges. Each service type lists a maximum quantity per ordering period (e.g., 13,200 for standard toilet services, 1,300 for full-term standard chemical toilets). The pricing information, currently blank, is structured with
    The Marine Corps Installations West – Marine Corps Base Camp Pendleton (MCIWEST-MCB CAMPEN) is seeking proposals for chemical toilet and hand-washing station support services for multiple locations in Southern California. This Indefinite Delivery Indefinite Quantity (IDIQ) contract will provide 24/7 support, including delivery, cleaning (twice weekly), restocking, and waste removal. The contractor must have an adequate inventory, all-terrain vehicles for off-road access, and comply with all Federal, State, and local regulations for waste disposal and chemical usage. Key deliverables include safety data sheets, a Project Manager's resume, an employee plan, monthly status reports, and spill reports. The contract emphasizes quality control and timely performance, with specific standards for operational units, cleaning, supplies, and delivery. The minimum contract value is $50.00, with varying durations for placement (full term, long term, short term, weekly) for task orders.
    This amendment extends the solicitation close date for RFP M0068126Q0004 from December 20, 2025, to December 27, 2025, and updates point of contact information. The solicitation is for an Indefinite Delivery Indefinite Quantity contract for chemical toilets and hand-washing stations with cleaning services for the USMC at various California bases. Quotes must be submitted via email by the new deadline, adhere to specific formatting requirements, and include technical, past performance, and price volumes. Quoters must be registered in SAM and ensure all representations and certifications are completed. Instructions for submitting questions and protest procedures are also provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.
    N62473-18-D-5860/N6247323F4507 EMERGENCY STORM DRAINAGE REPAIR, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors for the Emergency Storm Drainage Repair project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, addressing critical infrastructure needs to ensure effective storm drainage management. The project is vital for maintaining operational readiness and environmental compliance at the base. Interested contractors can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is identified under the notice type "Justification."
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ contract. This procurement aims to secure management, material support services, labor, supplies, and equipment necessary for marine boatyard and industrial support, including modifications, upgrades, and repairs to various non-commissioned boats and crafts primarily in the San Diego area. The successful contractor will be responsible for pier-side repairs and must adhere to the latest specifications and standards, with the contract expected to be awarded as a Firm-Fixed Price (FFP) solicitation in January 2026. Interested small businesses are encouraged to contact Natalie Arenz or Alondra Moreno for further information and to monitor the solicitation's release on the designated government websites.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    45--TOILET,MARINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of marine toilets, specifically NSN 4510015608927, with a total quantity of 14 units required for delivery. This solicitation is a Combined Synopsis/Solicitation and is set aside for HUBZone small businesses, emphasizing the importance of supporting local economies while fulfilling military needs. The marine toilets are critical components for naval vessels, ensuring proper sanitation and waste disposal in marine environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 167 days after the award date.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    Custodial Service Starbase San Luis Obispo
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at the STARBASE San Luis Obispo facility in California. The contract requires the contractor to provide all necessary personnel, equipment, supplies, and management to maintain cleanliness and safety standards in buildings 706 and 703, with services including routine cleaning three times a week and compliance with an annual cleaning schedule. This procurement is a total small business set-aside, with a solicitation number W912LA26QA100, and quotes are due by January 16, 2026, at 10:00 AM PST. Interested vendors should contact Thomas R. Lamont at thomas.r.lamont3.civ@army.mil for further details and to obtain the necessary attachments for submission.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with two optional extensions, a total maximum value of $99 million, and task orders ranging from $2,000 to $1 million, with a minimum guarantee of $5,000. Interested contractors must ensure their registration in the System for Award Management (SAM) and monitor the specified websites for the Request for Proposal, which is expected to be posted around May 5, 2025. For further inquiries, contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676.