Portable Latrines & Hand Washing Stations

SOL #: W9124926RA012Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT GORDON
FORT GORDON, GA, 30905, United States

Place of Performance

Fort Gordon, GA

NAICS

Septic Tank and Related Services (562991)

PSC

Lease Or Rental Of Equipment: Toiletries (W085)

Set Aside

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

Timeline

1
Posted
Mar 12, 2026
2
Last Updated
Mar 21, 2026
3
Submission Deadline
Mar 23, 2026, 2:00 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 Army, MICC-FT GORDON, is soliciting proposals for Portable Latrines & Hand Washing Stations to support personnel across multiple 15th Signal Brigade Training Areas at Fort Gordon, GA. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract. Proposals are due March 23, 2026, at 2:00 PM EST.

Scope of Work

The contractor shall provide non-personal services including the rental, delivery, and servicing of:

  • 84 portable latrines
  • 37 hand washing stations

These units will be distributed across various locations including TA 10A (FOB READY), TA B25101 (Pole Farm), TA 3, TA 9, TA 24 (MOUT SITE), and TA 24 (FOB COBRA). Servicing requirements include pumping, cleaning, sanitizing, and restocking supplies, with frequencies varying by location (1-2 times per week).

Contract Details

  • Contract Type: Firm Fixed Price
  • Period of Performance: One (1) base period of twelve (12) months, from April 1, 2026, to March 31, 2027.
  • NAICS Code: 562991 (Waste Treatment and Disposal Services)
  • Size Standard: $9,000,000.00
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)

Submission & Evaluation

  • Offer Due Date: March 23, 2026, 2:00 PM EST.
  • Evaluation Factors: Technical, Price, and Past Performance.
  • The government intends to award a contract without discussions.

Key Updates & Clarifications

  • Amendment 001 updated the Statement of Work (SOW), provided consolidated Vendor Questions & Answers (Q&As), and included optional site visit information. It also modified several FAR clauses, notably 52.212-2 (Evaluation) and 52.217-8 (Option to Extend Services).
  • Site Visit: An optional site visit occurred on March 19, 2026. Information regarding this visit was provided, requiring email registration for attendance.
  • Q&A Highlights: Confirmed quantities (84 latrines, 37 handwash stations). Noted that TA24 "FOB Cobra, Mount Site" requires 4x4 or high-clearance vehicles for access. Contractors must provide all water, haul all waste off-post, and register for their own base passes. The government assumes liability for "Acts of Government" damage. The incumbent contractor is Major Contracting Services Inc. (MCS) under Contract# W9124921D0002.
  • Contractors must maintain a physical service log inside each unit and provide proof of service on monthly invoices.

People

Points of Contact

Nina RachalPRIMARY
Shecoriya ByrdSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 7
Combined Synopsis/Solicitation
Posted: Mar 21, 2026
View
Version 6Viewing
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View