Porta Potties
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 Navy, specifically NAVSUP Fleet Logistics Center Norfolk (FLCN), is conducting market research through a Sources Sought (RFI) to identify industry capability for providing porta potties/restroom trailers. This RFI is in anticipation of a potential future procurement program under NAICS code 541330 (Engineering Services), with the actual service falling under NAICS 562991 (Portable Toilet Rental). Responses are due by May 15, 2026, at 9:00 AM EST.
Scope of Work
The requirement is to provide rental equipment to support the SAIL 250 Reception aboard the USS IWO JIMA (LHD 7), including a separate event in New York. The contractor shall provide rental items for a 400-guest reception, specifically:
- One (1) 2-Stall Restroom Trailer
- Two (2) 4-Stall Restroom Trailers
Supplies will be delivered to Naval Station Norfolk, Pier 14, allowed to ship to New York, and then returned to Norfolk, VA.
Period & Place of Performance
- Delivery Date: June 16, 2026
- Reception Date: June 16, 2026
- Return Date: June 17, 2026
- Separate Event in New York: June 25, 2026
- Offload upon RTHP: July 8, 2026
- Delivery Address: Naval Station Norfolk, Pier 14, Norfolk, VA
General Requirements
- All electrical equipment must be safe for shipboard use and meet NAVSEA and fire performance standards.
- Proper personal protective equipment (PPE) is encouraged during loading and setup.
- Contractor is responsible for removal and disposal of any hazardous materials brought onboard; no hazardous materials are to be left unattended.
- The contractor must have base access to deliver items and be available to deliver supplies by June 16, 2026.
- Permitted working hours for delivery are 0700-2200, Monday through Sunday.
Submission Requirements
Interested parties must submit responses referencing the RFI, including:
- Company name, address, Point of Contact, phone, and email.
- Contractor and Government Entity (CAGE) Code and Unique Entity ID.
- Business size under NAICS 562991.
- Capability statement addressing aptitude to provide services as prescribed in the draft PWS.
- Any other supporting documentation.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) for potential future procurement.
- Response Due: May 15, 2026, 9:00 AM EST
- Published: May 12, 2026
Additional Notes
This is for market research only and is not a solicitation for proposals. No contract will be awarded from this announcement, and the U.S. Government will not pay for information submitted. Respondents will not be notified of results, and the U.S. Government is not required to answer questions regarding this RFI. Responses should be emailed to Brittany Simmons (brittany.s.simmons3.civ@us.navy.mil).