FY26 AIRSHOW - PORTABLE TOILETS - JB CHARLESTON
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 Department of the Air Force is soliciting proposals for portable toilet services for the FY26 Joint Base Charleston Air Show in Charleston, SC. This Total Small Business Set-Aside opportunity requires the delivery, setup, servicing, and removal of various portable restroom facilities, hand washing stations, and hand sanitizer stations. Proposals are due March 9, 2026.
Scope of Work
The contractor shall provide all necessary labor, equipment, and transportation for the delivery, setup, relocation, and periodic servicing of:
- 160 Regular Portable Toilets
- 15 ADA Handicap Portable Toilets
- 25 Handwash Stations
- 45 Hand Sanitizer Stations
- 1 ADA Portable Toilet Trailer (air-conditioned, 4 stalls, with handwashing and utilities)
Units must be in place by April 29, 2026, and removed by May 4, 2026. Servicing includes waste removal, odor control, restocking, and sanitization to maintain sanitary conditions. Performance standards require heavy-duty, stable units with self-closing doors, screened ventilation, and pest-proofing. Deficiencies must be corrected within 24 hours.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: April 29, 2026, to May 4, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562991 (Septic Tank and Related Services)
- Size Standard: $9,000,000.00
- Solicitation Issue Date: February 26, 2026
- Offer Due Date: March 9, 2026, at 11:30 AM Local Time (Charleston, SC)
Evaluation
Award will be made to the responsible vendor whose quote is most advantageous to the Government, based on Price and Past Performance, in that relative order of importance. Past performance will be evaluated for recency and relevancy. The Government may deem quotes with significantly unbalanced option prices as unacceptable.
Contact Information
- Primary: Roger "Dale" Crews (roger.crews@us.af.mil, 843-963-3568)
- Secondary: A1C Bishwa R. Neupane (bishwa.neupane.1@us.af.mil, 843-963-3704)