Chem Latrine BPA
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 U.S. Air Force at Dyess Air Force Base (AFB), TX, is soliciting quotes for a Blanket Purchase Agreement (BPA) for comprehensive sanitation services, including the rental and servicing of portable chemical latrines, ADA-compliant toilets, and hand-washing stations. This combined synopsis/solicitation has a total BPA ceiling of $349,999.00. Offers are due by April 10, 2026.
Scope of Work
The contractor will provide all labor, supervision, materials, and equipment for the rental and servicing of contractor-owned portable chemical toilets, ADA-compliant toilets, hand washing stations, greywater storage tanks, and VIP trailer units. Services also include servicing designated government-owned units. Key requirements include delivery, secure placement, removal, and maintenance, ensuring units are clean, operational, and stocked. Ancillary services cover rapid response for tip-overs (within 6 hours), emergencies (within 4 hours), and unit relocations (routine within 24 hours, emergency within 4 hours). Units must be capable of withstanding 75 MPH winds.
Contract Details
- Type: Blanket Purchase Agreement (BPA)
- Duration: Five-year base ordering period
- Ceiling: $349,999.00
- Set-Aside: None (Mandatory Source)
- NAICS: 562991 (Septic Tank and Related Services), Size Standard $9.0M
- Place of Performance: Various locations across Dyess Air Force Base, TX
Submission & Evaluation
Offerors must submit quotes via email, including a completed Page 2 of the RFQ, a fully completed Price List (Attachment 3), and a detailed capabilities statement. The capabilities statement must address Performance Work Statement (PWS) requirements, including a location within 60 miles of Dyess AFB or a commitment from a subcontractor within that radius. Evaluation will be based on best value, considering technical acceptability (pass/fail for location and credible performance plan) and price reasonableness. Award will be made to the technically acceptable offer with the lowest total evaluated price.
Deadlines
- Questions Due: April 3, 2026, 10:00 a.m. (CDT)
- Offers Due: April 10, 2026, 10:00 a.m. (CDT)
Additional Notes
Bidders must review all attachments, including FAR/DFARS provisions and clauses, the Performance Work Statement, Price List, and Wage Determination. Compliance with base access, waste disposal, and safety regulations (OSHA, Texas state, Corps of Engineers) is mandatory. Payment instructions via Wide Area WorkFlow (WAWF) are detailed in Attachment 1.