Portable Latrines
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 Mission and Installation Contracting Command (MICC), Fort Lee, is soliciting proposals for Portable Latrines and Handwashing Stations with associated cleaning and maintenance services at Fort Lee, VA. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 20, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide clean, sanitary, and effective portable toilets and handwashing stations, along with comprehensive cleaning and maintenance services. Key requirements include:
- Unit Provision: Supply portable toilet units (regular, ADA compliant) and handwashing stations meeting federal specifications and industrial standards.
- Rental Options: Offer short-term, long-term, and emergency rentals.
- Maintenance & Cleaning: Perform maintenance, repairs, and weekly cleaning services, including pumping, cleaning, disinfecting, and restocking. Handwashing stations require cleaning and restocking of water, towels, and soap. Additional servicing for heavily used units may be required via Delivery Orders.
- Unit Specifications: Units must be non-recirculating, outdoor cabana style, with a minimum 200 usages capacity (70% full), corrosion-resisting construction, smooth interior surfaces, open front seats, and two-roll toilet tissue dispensers. Mechanical flush systems are prohibited.
- Logistics: The "Portable Inventory Checklist" document provides details on delivery, pickup, and weekly service schedules for various locations and buildings, which is crucial for understanding the operational scope.
Contract & Timeline
- Contract Type: Solicitation (implied requirements-type with indefinite quantity and options), Firm Fixed Price.
- Period of Performance: A base period and multiple option periods extending up to four years, with an additional six-month option to extend services.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) IAW 15 U.S.C. 657(f).
- NAICS Code: 562991 (Size Standard: $9,000,000.00).
- Product Service Code: W085 (Lease Or Rental Of Equipment: Toiletries).
- Published Date: February 18, 2026.
- Questions Due Date: February 26, 2026, at 10:00 AM EST.
- Proposal Due Date: March 20, 2026, at 10:00 AM EST.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Evaluation factors include:
- Technical Capability: Management Approach, Technical Experience, Technical Qualifications.
- Price.
- Past Performance.
Additional Notes
- Submission Method: Proposals must be submitted via email to Dacey Powell (dacey.c.powell.civ@army.mil) and Octavia Heflin-Smith (octavia.l.heflin-smith.civ@army.mil).
- Installation Access: Contractors must adhere to the Fort Lee Installation Vetting Policy, which requires NCIC-III background checks for employees without a DoD Common Access Card (CAC) and compliance with REAL ID Act for identification. Specific procedures apply for foreign national contractors. Prime contractors are responsible for submitting access requests and managing passes.
- Payment: Payments will be processed via Wide Area WorkFlow (WAWF).