Portable Latrine and Handwashing Stations
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 / Marine Corps is conducting a Sources Sought / Request for Information (RFI) to identify qualified vendors for Portable Latrine and Handwashing Stations at multiple locations in Arizona. This is market research to support potential future requirements for sanitation services. Responses are due April 7, 2026.
Scope of Work
The potential requirement involves providing comprehensive services for portable sanitation assets, including:
- Furnishing, transporting, delivering, emplacing, servicing, cleaning, restocking, maintaining, relocating, and removing portable latrines, handwashing stations, trash cans, and roll-off dumpsters.
- Servicing latrines, handwashing stations, and trash cans every 48 hours.
- Servicing roll-off dumpsters weekly.
- Replenishing consumable supplies and proper waste disposal.
- Repairing or replacing damaged equipment and maintaining the capability to reposition assets as directed by the Contracting Officer's Representative (COR).
Performance Standards
Key performance standards include:
- All services performed to contract standards.
- Specific service frequencies (48 hours for latrines/handwashing/trash, weekly for dumpsters).
- Equipment must be fully operational, clean, and structurally sound.
- Relocation of assets must be completed by 1000 local time.
- Emergency repairs within 6 hours, replacements within 12 hours.
- Weekly reports detailing serviced assets, locations, dates, times, and deficiencies.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage)
- Anticipated Contract Type: Firm-Fixed-Price (FFP)
- Anticipated Period of Performance: Base Period (April 15, 2026 - July 14, 2026) with three additional option periods, extending through April 14, 2027.
- Place of Performance: Nogales, Arizona, and Douglas, Arizona.
- Response Due: April 7, 2026, 3:00 PM UTC.
- Published: April 2, 2026.
Special Requirements
Potential contractors would be required to:
- Develop and implement a Quality Control Plan (QCP).
- Comply with all applicable federal, state, and local safety, environmental, and regulatory requirements.
- Ensure personnel receive required training (e.g., Anti-Terrorism Level I, OPSEC, iWATCH) and provide a personnel roster with background check documentation.
- Adhere to Force Protection Conditions (FPCON) and security requirements.
- Ensure a smooth transition of services during phase-in and phase-out periods.
Important Note
This is not a solicitation. No quotes, proposals, bids, or submissions of any kind will be accepted in response to this Sources Sought/RFI. It is for market research purposes only. For clarifications, an email can be sent to the contracting office.