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 is soliciting proposals for a Total Small Business Set-Aside Blanket Purchase Agreement (BPA) for comprehensive sanitation services at Dyess Air Force Base, TX. This includes rental and servicing of portable chemical latrines, ADA-compliant toilets, hand-washing stations, greywater tanks, and VIP units. The BPA has an estimated five-year ordering period with a total ceiling of $349,999.00. Offers are due April 10, 2026.
Scope of Work
The selected contractor will provide all necessary labor, supervision, materials, and equipment for the rental, delivery, securing, removal, and servicing of contractor-owned portable sanitation units. This also includes servicing designated government-owned units. Key services include:
- Rental Units: Standard and ADA-compliant portable toilets, hand washing stations, 300-gallon greywater storage tanks, and VIP restroom trailers. Units must be clean, operational, delivered by 6:00 A.M. on the rental start date, and removed within two business days after completion. Units must withstand 75 MPH winds.
- Servicing: Regular emptying, cleaning, refreshing chemical solutions, and restocking supplies for all units, with a service record affixed to each.
- 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). Relocation will be a separately priced line item.
- Performance Standards: 100% compliance with zero valid customer complaints, strict response times for emergencies and unit issues.
- Special Requirements: Contractor is responsible for waste disposal off-site and providing water for units (non-potable). Compliance with installation security, background checks, base access procedures, OSHA, Texas Workman Compensation laws, and COE Safety Manual 385-1-1 is mandatory.
Contract Details
- Type: Blanket Purchase Agreement (BPA)
- Duration: Estimated five-year ordering period.
- 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: Various locations across Dyess Air Force Base, TX.
Submission & Evaluation
Offerors must submit a capabilities statement demonstrating their ability to meet the Performance Work Statement (PWS) requirements, including a location within 60 miles of Dyess AFB or a commitment from a subcontractor within that radius. Submissions must include a completed Page 2 of the RFQ or equivalent and a fully completed Price List (Attachment 3). Evaluation will be based on best value, considering technical acceptability (pass/fail) and the lowest total evaluated price. Award will be made to the technically acceptable offer with the lowest price.
Deadlines
- Questions Due: April 3, 2026, 10:00 a.m. (CDT)
- Offers Due: April 10, 2026, 10:00 a.m. (CDT) All questions and offers must be sent via email to way.spikes@us.af.mil and trevor.finch.1@us.af.mil.