Portable Sanitation Unit

SOL #: M00264-RFI-0022 Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDER
QUANTICO, VA, 22134, United States

Place of Performance

Quantico, VA

NAICS

Septic Tank and Related Services (562991)

PSC

Waste Treatment And Storage (S222)

Set Aside

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

Timeline

1
Posted
Apr 17, 2026
2
Response Deadline
May 11, 2026, 4:00 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 Department of the Navy, specifically Marine Corps Installations National Capital Region - Regional Contracting Office (MCINCR-RCO), is conducting market research for Portable Sanitation Unit support services at Marine Corps Base Quantico (MCBQ), VA. This Sources Sought notice aims to identify qualified firms for an anticipated Firm-Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) contract. Responses are due by May 11, 2026, at 12:00 PM Eastern Time.

Scope of Work

The acquisition's purpose is to provide portable sanitation units and support services for the Materiel Support Branch (MSB), G-4 Logistics Division, Officer Candidate School (OCS), and The Basic School (TBS) on MCBQ. Services include:

  • Delivery, placement, servicing, maintenance, and removal of portable chemical toilet units.
  • Support for up to 330 standard portable toilet units and up to 10 portable hand-washing units annually.
  • Units to be placed in designated locations across MCBQ ranges, training areas, and other sites.
  • Servicing frequency will be once or twice weekly, to be defined in the final solicitation.
  • Units must be maintained in clean, sanitary, and fully operational condition, with a constant supply of consumables.
  • Contractor is responsible for containment, cleanup, and disposal of waste in accordance with regulations.
  • Relocation of units required within 24 hours of Government notification.

Performance Standards

Key performance metrics include 100% scheduled servicing, units free of graffiti/waste/odors, re-stocking consumables at each service, correction of deficiencies within 24 hours, and no more than three substantiated customer complaints per month.

Contract & Timeline

  • Type: Sources Sought (RFI for market research)
  • Anticipated Contract Type: Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
  • Anticipated Duration: 60-month ordering period
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 562991 (Environmental Consulting Services) with a $9.5 Million size standard is being contemplated.
  • Product Service Code: S222 (Waste Treatment And Storage)
  • Response Due: May 11, 2026, 12:00 PM ET
  • Published: April 17, 2026

Submission & Evaluation

This RFI is for informational purposes only and is not a request for proposal. Responses will be used for market research. Vendors are requested to provide:

  • Identification of potential Organizational Conflict of Interest (OCI) issues.
  • Examples of past work similar in scope and scale.
  • Information on technician training and certification standards.
  • Identification of relevant Federal, State, or local regulations.
  • Capability to handle the full scope or proposed teaming arrangements.
  • Identification of primary variables driving service costs.
  • Suggestions for clarifying vague areas in the draft PWS.
  • Obstacles to future quote submission and proposed solutions.
  • Business type, size, CAGE Code, UEI, and company representative details.
  • Submissions should be unclassified, minimize proprietary information, and not exceed ten (10) pages (Microsoft Word or compatible, Times New Roman, 12-point).

Additional Notes

The attached Performance Work Statement (PWS) is a DRAFT and not the finalized version. The incumbent contract was awarded as a 100% SDVOSB set-aside.

People

Points of Contact

Colin SasserPRIMARY
Jeanette Hernandez-GuilleaumeSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 17, 2026