Blanket Purchase Agreement Porta John Services

SOL #: W911S226Q6711Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT DRUM
FORT DRUM, NY, 13602-5220, United States

Place of Performance

Fort Drum, NY

NAICS

Septic Tank and Related Services (562991)

PSC

Waste Treatment And Storage (S222)

Set Aside

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

Timeline

1
Posted
Mar 18, 2026
2
Last Updated
Apr 14, 2026
3
Response Deadline
Mar 15, 2031, 2:00 PM

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 Department of the Army, 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 is a presolicitation synopsis for informational purposes only and is not a request for quote. The requirement falls under NAICS 562991 - Septic Tank and Related Services (Small Business Size Standard: $9 million).

Scope of Work

The contractor shall provide all necessary resources, personnel, materials, and equipment for PCT services. This includes the delivery, setup, servicing, and relocation of portable chemical toilets (including handicap accessible units) and/or wash stations across Fort Drum's main post and training areas, which span approximately 107,000 acres. PCTs must have a minimum 60-gallon holding tank and be weather-tight. Services require a minimum weekly cleaning, with potential for more frequent cleanings as specified in individual orders. Additional services, such as on-site pump trucks, may be required. Relocation or pick-up of PCTs must occur within 24 hours of request. All waste disposal must be conducted off-post in accordance with applicable laws and regulations.

Contract Details

  • Opportunity Type: Presolicitation / Synopsis for BPA establishment
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 562991 - Septic Tank and Related Services
  • Place of Performance: Fort Drum, NY
  • Payment: Government Purchase Card (GPC) for calls up to $25,000; Wide Area Workflow (WAWF) for calls over $25,000.
  • BPA Duration: Evaluated annually, may remain in place for up to five years.

Evaluation Factors

When establishing these BPAs, the Government will consider Price, Socioeconomic status, Past Performance, and Technical Capabilities.

Special Requirements & Compliance

Contractor personnel must be trained, qualified, certified, and able to speak, read, write, and understand English. They must comply with all applicable laws and regulations, including safety and environmental standards. Background checks and installation access procedures are mandatory. Adherence to all federal, state, and local environmental regulations (including those related to cultural resources, wetlands, biological resources, and waste management) is required. Minimum insurance requirements include NYS Workmen's Compensation, Employer's Liability, General Liability, and Automobile Liability. Contractors must be registered and current in the System for Award Management (SAM) with current representations and certifications prior to entering into a BPA. Monthly contractor manpower reporting via SAM.gov is required.

Response Information

Interested parties may inquire via email to the listed Contract Specialists. All correspondence should include "PORTABLE TOILET SERVICE" in the subject line.

  • Synopsis End Date: March 15, 2031 (Note: This is a very long duration, indicating ongoing interest or a placeholder).
  • Published Date: April 14, 2026

People

Points of Contact

Files

Files

Download

Versions

Version 2Viewing
Pre-Solicitation
Posted: Apr 14, 2026
Version 1
Pre-Solicitation
Posted: Mar 18, 2026
View