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 North Carolina National Guard (NCNG), under the Department of the Army, sought a Blanket Purchase Agreement (BPA) for Sanitization & Safety Rental Services at Fort Bragg, NC, and Camp Butner, NC. This opportunity was a Total Small Business Set-Aside. The BPA was intended to cover a five-year period, with individual calls not exceeding $100,000 and cumulative calls capped at $950,000.
Opportunity Overview
This Request for Quotation (RFQ) aimed to establish a Firm-Fixed-Price BPA for comprehensive sanitization and safety rental support. The contractor would be responsible for providing all personnel, materials, supervision, and services. The scope included the rental, delivery, servicing, and pickup of:
- Portable latrines
- Handwashing stations
- Grey water tanks (250 Gallon)
- Dumpsters (20, 30, 40 cubic yard)
- Portable light towers (diesel and solar-powered)
Services were required to support NCNG operations and exercises in the specified North Carolina locations.
Contract Details
- Contract Type: Firm-Fixed-Price Blanket Purchase Agreement (BPA)
- Set-Aside: Total Small Business Set-Aside (100% small business concerns)
- Period of Performance: January 1, 2026, to December 31, 2031 (5 years)
- Funding: Issued by individual BPA calls; not awarded with the BPA itself.
- Call Limitations: Individual calls not to exceed $100,000; cumulative calls not to exceed $950,000.
- Place of Performance: Fort Bragg, NC, and Camp Butner, NC.
Submission & Evaluation
This was a combined synopsis/solicitation (RFQ), and a written solicitation was not issued. Offerors were required to submit quotes containing their best terms. The Government intended to award a firm-fixed-price BPA to the responsible offeror representing the best value, utilizing a streamlined comparative trade-off evaluation. Evaluation factors included:
- Past Performance
- Technical Capability
- Price Offerors needed to be registered and active in SAM.gov at the time of quotation submission and award. Wage Determinations (2015-4377 Rev 30 for Cumberland/Hoke and 2015-4403 Rev 32 for Granville/Vance) were applicable.
Key Documents & Contacts
Bidders were required to complete Attachment 1: Sanitization & Safety Bid Schedule (Updated 26 Jan 26) with unit prices for weekly and bi-weekly rates across the 5-year period. The Performance Work Statement (Attachment 4) detailed specific requirements, including Quality Control Plans, installation access, and emergency service response times. Primary Contact: Amy Daniels, Contracting Officer, amy.b.daniels2.civ@army.mil, 984-664-6903. Secondary Contact: Ryan Heald, ryan.l.heald.mil@army.mil, 984-664-6474.