Portable Toilets and Service - Lake Tahoe Basin Management Unit
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 USDA Forest Service, Lake Tahoe Basin Management Unit (LTBMU), is soliciting quotations for Portable Toilets and Service. This Total Small Business Set-Aside opportunity requires the rental, delivery, and twice-weekly servicing of portable restrooms and hand washing stations, including refuse removal from vault toilets, within the Lake Tahoe Basin. Quotations are due by April 10, 2026, at 12:00 PM Pacific Time.
Scope of Work
The contractor will provide comprehensive portable restroom services from May 21, 2026, to October 31, 2026. Key requirements include:
- Rental and delivery of multiple portable restroom units (Standard and ADA-compliant) and one hand washing station.
- Twice-weekly servicing (Mondays and Fridays, 0600-1800) for portable restrooms, and once-weekly for hand washing stations, including pumping, cleaning, restocking, and waste disposal.
- Removal of refuse from vault toilets on National Forest System lands.
- Provision of all necessary equipment, supplies, transportation, labor, and supervision.
- Adherence to specific cleaning procedures, including washing seats and floors, and cleaning a 15-foot radius around exterior walls and 10 feet from suction hose sides.
- Ensuring all supplies and materials meet State and Federal EPA requirements.
Contract Details
- Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Award Type: Firm-fixed price, one award anticipated.
- Period of Performance: May 21, 2026 – October 31, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5, FAR 52.219-6).
- NAICS Code: 562991 (Waste Treatment And Storage), with a $9.0 million size standard.
- Place of Performance: Various locations within the Lake Tahoe Basin Management Unit, South Lake Tahoe, CA 96150.
- Applicable Regulations: Incorporates FAR Part 12, FAR 52.212-1, 52.212-4, 52.212-5, and numerous other FAR and AGAR clauses by reference.
Submission & Evaluation
- Offer Due Date: April 10, 2026, at 12:00 PM Pacific Time.
- Submission Requirements: Contractors must submit pricing for all items listed in the Schedule of Items to be considered responsive. Prices must be held firm for 90 calendar days.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) method. Evaluation factors include:
- Price: Assessed for fairness and reasonableness, including quantity price and prompt payment discounts.
- Technical Acceptability: Evaluated as "acceptable" or "unacceptable" based on a sound and compliant approach, detailing how SOW/PWS requirements will be met.
- Past Performance: Rated as "Acceptable," "Neutral," or "Unacceptable" based on prior contract performance.
Attachments & Important Notes
Key attachments include a detailed Schedule of Items (Attachment 2) specifying unit types, quantities, locations, and rental dates; a comprehensive Statement of Work (SOW) (Attachment 3); a Portable Toilet Location Map (Attachment 4) with seven specific sites; and a Wage Determination (Attachment 5) for El Dorado County, CA, outlining minimum wage rates and fringe benefits under the Service Contract Act. Bidders must ensure compliance with wage determination requirements.
Primary Contact: Paula Sales, paula.sales@usda.gov.