North Carolina National Guard Sanitization & Safety 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 Department of the Army, specifically the W7NS USPFO ACTIVITY NC ARNG, is soliciting proposals for a Blanket Purchase Agreement (BPA) for Sanitization and Safety Rentals to support the North Carolina National Guard (NCNG). This opportunity covers operations and exercises in the general areas of Fort Bragg, NC, and Camp Butner, NC. This is a Total Small Business Set-Aside. Quotes are due by February 5, 2026.
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, supervision, and quality control necessary for sanitization and safety rentals. Services include:
- Portable latrines and handwashing stations (servicing every 48 hours)
- Grey water tanks (servicing every 48 hours)
- Rollback dumpsters (20, 30, 40 cubic yard)
- Portable light towers Specific quantities and locations will be determined per individual BPA Call. The Performance Work Statement (PWS) outlines requirements for quality control, installation access, security, and emergency services (24-hour response).
Contract & Timeline
- Contract Type: Firm-Fixed-Price Blanket Purchase Agreement (BPA)
- Duration: 5 years
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Individual Call Limit: Not to exceed $100,000
- Cumulative Call Limit: Not to exceed $950,000
- Response Due: February 5, 2026, 7:00 PM EST
- Published Date: February 3, 2026
- Funding: Issued by individual BPA calls, not awarded with the BPA itself.
- No Incumbent: This is a newly established BPA.
Evaluation
Award will be made to the responsible offeror representing the best value to the Government, utilizing a streamlined comparative trade-off evaluation. Evaluation factors include:
- Past Performance
- Technical Capability
- Price Offerors must be registered and active in SAM.gov at the time of quotation submission and award.
Additional Notes
Bidders must complete the Attachment 1 Sanitization_Safety Bid Schedule Updated 26 Jan 26.xlsx with unit prices for weekly and bi-weekly rates across the 5-year period, including rental, delivery/pickup, service, and relocation fees. Wage Determinations (2015-4377 Rev 30 for Cumberland/Hoke and 2015-4403 Rev 32 for Granville/Vance) apply. Invoicing will be via Wide Area Workflow (WAWF). Quotes must be valid for 5 years. FOB Destination Delivery Terms are required; do not separately price shipping/freight. Do not add additional Terms and Conditions.