JBER Rental of Portable Latrines and Other Related Services
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 U.S. Army is soliciting quotes for Portable Latrine Rental and Other Related Services at Joint Base Elmendorf-Richardson (JBER) and cantonment areas, Alaska. This is a Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ) under FAR Part 12. Quotes are due by May 18, 2026, at 1300 AKDT.
Scope of Work
The contractor will provide rental, delivery, set-up, pumping, cleaning, refilling, restocking, dismantling, pickup, and relocation of heated and non-heated Standard Portable Latrines and Handicap Portable Latrines. Services also include pumping of Vault Latrines, Grey Water Containers, and Black Water Bags/Containers. All services must adhere to the Performance Work Statement (PWS) and relevant local, state, and federal regulations, ensuring units are clean, serviceable, and in complete working order.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Requirements contract.
- Period of Performance: A Base Year (June 1, 2026 - May 31, 2027) with four (4) Option Years, extending through May 31, 2030.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 562991 (Septic Tank and Related Services) with a small business size standard of $9 million.
- Product Service Code: W085 (Lease Or Rental Of Equipment: Toiletries).
Submission & Evaluation
- Submission Method: Quotes must be emailed to yolanda.m.ikner.civ@army.mil and michelle.i.aguilar2.civ@army.mil.
- Evaluation Criteria: Technical Capability, Work Experience, and Price. Offerors must be rated "Acceptable" in all non-price factors to be eligible for award.
- Minimum Technical Requirements: Offerors must possess at least one pumper truck, a vehicle for rural Alaskan terrain transport (max 12,000 lbs GVW, 4WD), and availability of at least 50 portable latrines (including 10 handicapped accessible).
Key Dates & Contacts
- Questions Due: May 1, 2026, at 1300 AKDT.
- Quotes Due: May 18, 2026, at 1300 AKDT.
- Primary Contact: Michelle Aguilar (michelle.i.aguilar2.civ@army.mil, 907-353-7127).
- Secondary Contact: Yolanda Ikner (yolanda.m.ikner.civ@army.mil, 520-941-3524).
Attachments
Key attachments include the Performance Work Statement (Attachment 01), Work Experience Sheet (Attachment 02), Price Sheet (Attachment 03), and Wage Determination 2015-5681 Rev25 (Attachment 04). Bidders must complete the Work Experience Sheet (limited to past 3 years) and the Price Sheet, providing unit prices for all items across the base and option years. The Wage Determination is critical for estimating labor costs and ensuring compliance with Service Contract Act requirements.