Blanket Purchase Agreement Porta John Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Mission & Installation Contracting Command (MICC), Fort Drum, NY, is seeking multiple small businesses to establish Blanket Purchase Agreements (BPAs) for Portable Chemical Toilet (PCT) Services at Fort Drum, NY. This Total Small Business Set-Aside aims to secure reliable provision, servicing, and relocation of PCTs and wash stations. This is a presolicitation notice; no solicitation exists yet.
Scope of Work
The contractor will provide all necessary resources, including personnel, materials, and equipment, to deliver comprehensive PCT services across Fort Drum's main post and training areas (approximately 107,000 acres). Services include:
- Provision & Setup: Delivering and setting up portable chemical toilets (including ADA-compliant handicap units upon request) and/or wash stations. PCTs must have a minimum 60-gallon holding tank, be weather-tight, and include an interior locking, spring-loaded door, commode, and urinal.
- Servicing: Minimum weekly cleaning, with potential for more frequent service as specified in individual orders. This involves initial inspection, liquid waste removal, chemical solution replacement, interior cleaning, and restocking supplies.
- Relocation & Removal: Relocating or picking up PCTs within 24 hours of request.
- Additional Support: On-site pump truck and personnel may be required for short-notice cleanings.
- Performance Standards: Delivery/setup within 24 hours of government-identified time. Cleaning standards require no dirt, refuse, or foreign matter, and full liquid waste removal. All waste must be disposed of off-post in accordance with regulations.
Contract & Timeline
- Type: Blanket Purchase Agreement (BPA)
- Duration: BPAs will be evaluated annually and may remain in place for up to five years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 562991 - Septic Tank and Related Services (Size Standard: $9 million)
- Response Date: March 20, 2026 (This is the response date for the presolicitation, not a proposal deadline for a solicitation)
- Published: March 18, 2026
Evaluation
When establishing these BPAs, the Government will consider: Price, Socioeconomic status, Past performance (where available), and Technical capabilities.
Additional Notes
This is an informational synopsis; it is not a request for quote. Calls placed under the BPA will generally be below $25,000 and may be sporadic. Contractors must be able to accept the Government Purchase Card (GPC) for calls up to $25,000, with calls over this limit paid via Wide Area Workflow (WAWF). Interested parties must be registered and current in the System for Award Management (SAM) at SAM.gov, with representations and certifications on record, prior to entering into a BPA. Contractor personnel must be trained, qualified, English-speaking, and comply with installation access and environmental regulations. Inquiries should be directed via email to mary.e.summerlin3.civ@army.mil, chase.d.montgomery.mil@army.mil, jeffery.l.frans.civ@army.mil, or ernie.a.ixtlahuac.civ@army.mil, with "PORTABLE TOILET SERVICE" in the subject line.