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 FA3016 502 CONS CL office, is soliciting quotes for a Latrine Trailer Lease to support the Special Warfare Human Performance Support Group (SWHPSG) at JBSA-Lackland, TX. This requirement is for one self-contained portable restroom system to ensure cleanliness, sanitation, and hygiene for training mission personnel, medical support staff, instructors, and trainees. This is a Total Small Business Set-Aside. Quotes are due March 10, 2026.
Scope of Work
The requirement is for the lease of one self-contained, portable, trailer-mounted restroom system. Key features and services include:
- Trailer Specifications: Must include 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 paper seat covers, plus a trash can.
- Capacity: Sufficient freshwater and wastewater tank capacity for weekly usage by 30 persons.
- Condition: Trailers must be clean, in excellent condition, free of defects and graffiti, with separate male and female sections.
- Services: Weekly cleaning, maintenance, repair, and replacement of trailers. This includes emptying waste tanks, refilling freshwater, cleaning interiors, restocking supplies, and replacing trash can liners.
- Response Time: Inoperable trailers must be replaced within 48 hours of a repair request; otherwise, the Government will not pay the monthly lease price.
- Documentation: The contractor must provide a written monthly schedule for maintenance and cleaning.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: A 12-month base period with four 12-month option periods.
- NAICS Code: 562991 - Septic Tank and Related Services, with a size standard of $9,000,000.00.
- PSC: W085 - Lease or Rental of Equipment: Toiletries.
- Place of Performance: Joint Base San Antonio (JBSA), Texas at Lackland Chapman Training Annex (CTA) Temporary Human Performance Center (THPC).
Submission & Evaluation
- Questions Due: March 4, 2026, at 12:00 PM (noon) Central Daylight Time. Submit to SSgt Gabriel Melton (gabriel.melton@us.af.mil).
- Answers Posted: By March 6, 2026, at 12:00 PM (noon) CST.
- Quote Submission Deadline: March 10, 2026, at 12:00 PM (noon) Central Daylight Time. Submit to SSgt Gabriel Melton (gabriel.melton@us.af.mil).
- Required Submissions: Quotes must include unit and extended prices, a specification sheet, and a Quality Control Plan (QCP).
- Evaluation Criteria: Award will be made to the responsible and responsive offeror with the Lowest Priced, Technically Acceptable (LPTA) quote, representing the best value. Technical acceptability will be determined by meeting quoted requirements. Only the three lowest technically acceptable quotes will be considered. Quotes must be effective for 90 days.
Additional Notes
This acquisition is a Total Small Business Set-Aside. Offerors must be registered in the System for Award Management (SAM). The site visit has been canceled. The government intends to award without interchanges but reserves the right to conduct them. Failure to acknowledge amendments may result in the quote not being considered.