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, servicing, and maintenance of portable restrooms and hand washing stations across various locations within the LTBMU. Quotations are due by April 10, 2026, at 12:00 PM Pacific Time.
Scope of Work
The contractor will provide and service portable restrooms (Standard and ADA-compliant) and hand washing stations at seven specific locations, including 64 Acres Riverside, Eagle Falls Picnic Area, Taylor Creek Visitor Center, and Tallac Point. Services include twice-weekly cleaning (Mondays and Fridays) for portable restrooms and once-weekly cleaning for hand washing stations, pumping, restocking, and removal of refuse from vault toilets. The contractor is responsible for all equipment, supplies, transportation, labor, and supervision, ensuring compliance with State and Federal EPA requirements.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS Code: 562991 (Waste Treatment And Storage)
- Size Standard: $9.0 Million
- Period of Performance: May 21, 2026 - October 31, 2026 (with specific items detailed in the revised Schedule of Items)
- Place of Performance: South Lake Tahoe, CA, and various sites within the Lake Tahoe Basin Management Unit.
- Quotation Due: April 10, 2026, 12:00 PM Pacific Time
- Published Date: April 2, 2026
Evaluation
Award will be made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include:
- Price: Quotations must include pricing for all items and will be assessed for fairness and reasonableness.
- Technical Acceptability: Offerors must provide a detailed, compliant approach to the Statement of Work (SOW) requirements.
- Past Performance: Evaluated as "Acceptable," "Neutral," or "Unacceptable." Offerors must hold prices firm for 90 calendar days.
Additional Notes
Key attachments include a Revised Schedule of Items, Statement of Work (SOW), Portable Toilets Location Map, and a Wage Determination for El Dorado County, CA. Bidders must adhere to the Service Contract Labor Standards. All questions should be directed to the contracting officer.