Rental & servicing of portable toilets & hand wash stations, plus restroom trailer pumping
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 US Coast Guard Special Mission Training Center is soliciting proposals for the rental and servicing of portable toilets and hand wash stations, plus pumping of one restroom trailer at Marine Corps Base Camp Lejeune Range Facilities, NC. This is a Total Small Business Set-Aside opportunity. Quotations are due March 5, 2026, at 11:00 AM EST.
Scope of Work
This Request for Quotation (RFQ) requires comprehensive services including the delivery, setup, regular servicing (minimum twice weekly), and removal of portable toilets and handwashing stations. It also includes the pumping of one government-owned restroom trailer twice per month. Services must ensure units are clean, sanitary, and fully operational, with emergency services provided within 24 hours. Waste disposal must comply with all regulations. A site visit is strongly encouraged to understand the full scope.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business (NAICS 562991, $9.0M size standard)
- Period of Performance:
- Base Period: April 1, 2026 – March 31, 2027
- Option Year One: April 1, 2027 – March 31, 2028
- Option Year Two: April 1, 2028 – March 31, 2029
- Response Due: March 5, 2026, 11:00 AM EST
- Anticipated Award Date: 10 days after solicitation closing
- Place of Performance: Various locations at Marine Corps Base Camp Lejeune, NC.
Submission Requirements
Offerors must submit quotations via email to john.h.caicedo2@uscg.mil with the solicitation number 70Z04326PSMTC0130 in the subject line. Submissions must include:
- VOLUME 1: Price Section A: Detailed pricing for all items/CLINs.
- VOLUME 2: Technical Approach: Detailed methodology for completing the SOW (max 30 pages, 12-point font).
- VOLUME 3: Past Performance Record: Data for two relevant contracts (current or completed within 5 years), including customer contacts and contract details.
Evaluation
Award will be made to the quoter offering the best value to the government, considering Technical Approach, Past Performance, and Price. The government intends to award without discussions, so initial offers should contain the best terms. Offerors must also include a statement regarding acceptance of the solicitation's terms and conditions.
Additional Notes
- Offerors must complete entity-level representations and certifications in SAM.gov.
- A Wage Determination (7m_Wage Determination.pdf) is included, which is crucial for pricing labor costs.
- Invoices shall be submitted monthly in arrears via the Invoice Processing Platform (IPP).
- Contractor employees must wear identification badges and comply with government regulations.