Latrine Trailer Lease
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, specifically the 502 CONS CL office under the DEPT OF DEFENSE, is soliciting quotes for a Latrine Trailer Lease to support the Special Warfare Human Performance Support Group (SWHPSG) at JBSA-Lackland Texas, Chapman Training Annex. This requirement is for one self-contained portable trailer-mounted restroom system with a minimum of two stalls, including comprehensive maintenance and cleaning services. This is a Total Small Business Set-Aside competition. Quotes are due Thursday, March 12, 2026, at 12:00 PM Central Daylight Time.
Scope of Work
The contractor will provide and maintain leased latrine trailers at the Lackland Chapman Training Annex (CTA) Temporary Human Performance Center (THPC) at Joint Base San Antonio (JBSA), Texas. Trailers must have a minimum of two stalls, doors with inside locking capability, steps with grab bars, heating and air conditioning, a urinal, toilet, sink with hot/cold freshwater, mirror, and dispensers for toilet paper, paper towels, soap, and seat covers, plus a trash can. Units must have sufficient freshwater and wastewater tank capacity for weekly usage by 30 persons. Trailers must be clean, in excellent condition, free of defects, and without graffiti, with separate male and female sections.
Responsibilities include delivery, setup (including electrical connection to government-provided source), and removal. Weekly cleaning and maintenance involve emptying waste tanks, refilling freshwater, cleaning interiors, restocking supplies, and replacing trash can liners. Waste disposal must be off-installation at an approved facility. Preventive maintenance per manufacturer recommendations is required. Inoperable trailers must be replaced within 48 hours of a repair request, or the monthly lease price will not be paid. The contractor must provide a written monthly schedule for maintenance and cleaning.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: Base period of 12 months, with four 12-month option periods.
- Set-Aside: Total Small Business (NAICS 562991 - Septic Tank and Related Services; PSC W085 - Lease or Rental of Equipment: Toiletries)
- Place of Performance: JBSA-Lackland Texas, Chapman Training Annex, DWG, TX 78236
- Questions Due: Wednesday, March 4, 2026, 12:00 PM Central Daylight Time
- Quote Due: Thursday, March 12, 2026, 12:00 PM Central Daylight Time
- Published Date: March 9, 2026
Evaluation
Award will be made to the responsible and responsive offeror with the Lowest Priced, Technically Acceptable (LPTA) quote, representing the best value. Technical acceptability is determined by evaluating if quoted requirements meet the technical criteria. Only the three lowest technically acceptable quotes will be considered. Quotes must be effective for 90 days. The government intends to award without interchanges but reserves the right to conduct them. SAM registration is mandatory for award eligibility.
Additional Notes
A site visit has been cancelled. The contractor is responsible for obtaining all necessary permits, including the San Antonio Water System Liquid Waste Hauler permit and Texas Commission on Environmental Quality Sludge Transporter Registration. A Quality Control Plan (QCP) and a spill plan must be submitted. Contractor personnel require identification badges and background checks. This is a new contract with no previous incumbent.