Portable Latrine Services - Devens RFTA, MA

SOL #: W15QKN-26-R-A017Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-PICA
PICATINNY ARSENAL, NJ, 07806-5000, United States

Place of Performance

Hanscom AFB, MA

NAICS

Septic Tank and Related Services (562991)

PSC

Facilities Operations Support Services (S216)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 13, 2026, 7:00 PM

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 Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Devens Reserve Forces Training Area (DRFTA) in Devens, MA, is soliciting proposals for Portable Latrine Services. This is a Total Small Business Set-Aside opportunity. Proposals are due by February 13, 2026, at 2:00 PM EST.

Scope of Work

This requirement involves the rental, delivery, placement, maintenance, and cleaning of portable chemical latrine units. The services include:

  • Permanent Emplacements: 51 units.
  • Temporary Units: Up to 600 units per contract year for events.
  • Associated Servicing and Cleaning: Including one cleaning per week for all units.

Services must be performed in accordance with the Performance Work Statement (PWS).

Contract Details

  • Contract Type: Single, Firm-Fixed-Price (FFP) contract.
  • Period of Performance: One (1) 12-month base period (March 22, 2026, to March 21, 2027) and four (4) 12-month option periods.
  • NAICS Code: 562991 - Septic Tank & Related Services, with a size standard of $9 million.
  • Set-Aside: Total 100% Small Business Set-Aside.

Submission & Evaluation

  • Proposal Due Date: February 13, 2026, 2:00 PM EST. Proposals must be emailed to James Clark (Contract Specialist) and Jasmyne Peterson (Contracting Officer).
  • Questions Due Date: February 9, 2026, 4:00 PM EST, via email to the Contract Specialist and Contracting Officer.
  • Site Visit: Highly encouraged but not mandatory. Requests must be submitted by February 5, 2026, 2:00 PM EST.
  • Basis of Award: Award will be made to the responsive, responsible offeror with the lowest total aggregate price. The Government intends to award without discussions but reserves the right to negotiate if the price is not fair and reasonable.
  • Offer Validity: Offers must remain valid for 120 calendar days.
  • Required Submissions: Signed SF1449, pricing for all CLINs, UEID, CAGE Code, Federal Tax ID, small business designations, and proof of valid Certificate of Insurance.

Eligibility & Important Notes

  • Offerors must be registered in the System for Award Management (SAM) to be eligible for award.
  • The Performance Work Statement (PWS) is available as Attachment 0001. Note that a protected PDF placeholder for the PWS was also posted, but the solicitation document summary confirms the PWS is an attachment.

People

Points of Contact

James Clark, Contract SpecialistPRIMARY
Jasmyne Peterson, Contracting OfficerSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 7
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 1
Sources Sought
Posted: Jan 12, 2026
View