Chem Latrine BPA
SOL #: FA466126Q0029Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA4661 7 CONS CD
DYESS AFB, TX, 79607-1581, United States
Place of Performance
Dyess AFB, TX
NAICS
Septic Tank and Related Services (562991)
PSC
Lease Or Rental Of Equipment: Toiletries (W085)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 30, 2026
2
Last Updated
Apr 9, 2026
3
Submission Deadline
Apr 10, 2026, 3:00 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 U.S. Air Force is soliciting quotes for a Blanket Purchase Agreement (BPA) for comprehensive sanitation services at Dyess Air Force Base (AFB), TX. This Total Small Business Set-Aside opportunity covers the rental and servicing of portable chemical latrines, ADA-compliant toilets, hand-washing stations, greywater tanks, and VIP trailer units. Quotes are due April 10, 2026, at 10:00 a.m. (CDT).
Scope of Work
The selected contractor will provide all labor, supervision, materials, and equipment for furnishing and servicing portable sanitation units at various locations across Dyess AFB. This includes:
- Rental Units: Delivery, securing, and removal of contractor-owned standard and ADA-compliant portable toilets, hand-washing stations, 300-gallon greywater storage tanks, and VIP restroom trailers. Units must be clean, operational, and withstand 75 MPH winds.
- Servicing: Regular servicing of both contractor-provided and designated Government-owned units, including waste emptying, chemical solution refreshing, interior cleaning, and restocking supplies.
- Ancillary Services: Rapid response for tip-overs (within 6 hours), emergency services (within 4 hours), and unit relocation (routine within 24 hours, emergency within 4 hours).
- Performance Standards: 100% compliance with zero valid customer complaints, strict response times for emergencies and relocations.
Contract Details
- Type: Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA).
- Ordering Period: Estimated five years.
- Ceiling: $349,999.00.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 562991 (Septic Tank and Related Services) with a $9.0M size standard.
- Place of Performance: Dyess AFB, TX.
- Key Requirement: Offerors must be located within 60 miles of Dyess AFB or commit to using a subcontractor within that radius.
Key Requirements & Clarifications
- Amendment 1 added a Questions & Answers document and a revised Performance Work Statement (PWS) with highlighted changes.
- Contractor Responsibility: The contractor is responsible for water provision, waste disposal off-site, and the historical disposal facility.
- Service Model: Services for greywater tanks and VIP trailers are call-based; no guaranteed frequency. Unit relocation will be a separately priced line item.
- Base Access & Security: Contractor personnel must comply with all installation security requirements, including background checks and base access procedures.
- Safety & Compliance: Adherence to OSHA, Texas state requirements (including Workman Compensation laws), and Corps of Engineers Safety Manual 385-1-1.
- Wage Determination: Bidders must adhere to the Register of Wage Determinations for Callahan, Jones, and Taylor counties, TX.
Submission & Evaluation
- Submission: Quotes must be sent via email to way.spikes@us.af.mil and trevor.finch.1@us.af.mil.
- Required Documents: Completed Page 2 of the RFQ, a fully completed Price List (Attachment 3), and a detailed capabilities statement addressing PWS requirements, including location and performance plans.
- Evaluation: Award will be based on best value, considering technical acceptability (pass/fail) and price. Technical acceptability requires compliance with location requirements and a credible plan for performance thresholds. Price will be evaluated for reasonableness.
Deadlines
- Questions Due: April 3, 2026, 10:00 a.m. (CDT).
- Offers Due: April 10, 2026, 10:00 a.m. (CDT).
People
Points of Contact
Way SpikesPRIMARY
TSgt Trevor FinchSECONDARY