Portable Latrine Services - Devens RFTA, MA
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 Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Devens Reserve Forces Training Area (DRFTA), is soliciting proposals for Portable Latrine Services at Fort Devens, MA. This requirement is a Total Small Business Set-Aside for the rental, delivery, placement, maintenance, and cleaning of portable chemical latrine units. Quotes are due by Tuesday, February 17, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide portable chemical latrine units, including 51 permanent emplacements and up to 600 temporary units per contract year, along with associated servicing and cleaning. Services must meet measurable performance standards of quality, timeliness, and quantity as detailed in the Performance Work Statement (PWS). Service frequency for permanent and temporary units is generally once per week, with daily assessments by drivers.
Contract Details
- Solicitation Number: W15QKN-26-R-A017
- Contract Type: Single, Firm-Fixed-Price (FFP)
- Period of Performance: One (1) 12-month base period (March 22, 2026, to March 21, 2027) and four (4) 12-month option periods, totaling five years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562991 - Septic Tank & Related Services, with a size standard of $9 million.
- Place of Performance: Devens Reserve Forces Training Area (DRFTA), Devens, MA.
Submission & Evaluation
Proposals must be submitted via email to the Contract Specialist and Contracting Officer. 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 cannot be determined fair and reasonable. Offerors must be registered in the System for Award Management (SAM) and their offers must remain valid for 120 calendar days.
Additional Notes
An amendment (0001) extended the quote due date. Solicitation questions and answers have been posted, clarifying details such as the incumbent contractor (Boyd Co., LLC, with a previous contract value of $371,159.00) and an increase in temporary unit scope from 400 to 600 units per year. A site visit was highly encouraged, with requests due by February 5, 2026. The PWS (TAB 5) outlines detailed requirements, performance standards, and special requirements including security, safety, environmental compliance, and quality control plans. Technical Exhibit 1 provides a map of latrine locations at DRFTA.