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)

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

TSgt Trevor FinchSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Apr 9, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View