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) has issued a Request for Quotation (RFQ), Solicitation Number 127EAY26Q0042, for Portable Toilets and Service. This acquisition is a Total Small Business Set-Aside for the rental, servicing, and refuse removal of portable restrooms and hand washing stations 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 and service multiple portable restroom units and one hand washing station per rental. Key services include:
- Rental, delivery, pumping, cleaning, and restocking of units.
- Servicing portable restrooms twice weekly (Mondays and Fridays, 0600-1800).
- Servicing hand washing stations once weekly.
- Removal of refuse from vault toilets on National Forest System lands.
- Contractor is responsible for all equipment, supplies, transportation, labor, and supervision.
- Delivery of units is scheduled for May 21, 2026.
Specific locations are detailed in the Portable Toilet Location Map, including 64 Acres Riverside, Eagle Falls, and Taylor Creek Visitor Center.
Contract Details
- Type: Firm-Fixed Price Request for Quotation (RFQ).
- Set-Aside: Total Small Business Set-Aside (100%).
- NAICS: 562991 (Waste Treatment And Storage), Size Standard: $9.0M.
- Period of Performance: May 21, 2026, to October 31, 2026.
- Place of Performance: Lake Tahoe Basin Management Unit, South Lake Tahoe, CA 96150.
- Anticipated Award: One award.
Evaluation & Submission
Award will be made to the offeror representing the best value to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) methodology. Evaluation criteria include:
- Price: Fairness, reasonableness, and consideration of quantity/prompt payment discounts.
- Technical Acceptability: Demonstrated sound and compliant approach, detailing how SOW requirements will be accomplished.
- Past Performance: Rated as "Acceptable," "Neutral," or "Unacceptable." Only the lowest priced offer will be evaluated for Technical Acceptability first. Offerors must hold prices firm for 90 calendar days.
Important Notes
- An amendment (Amendment 1) updated the solicitation to confirm the 100% Small Business Set-aside and revised the Period of Performance.
- The revised "Schedule of Items" (Attachment 2) details specific items, quantities, and locations.
- A Wage Determination (2015-5631, Rev. 26) for El Dorado, Placer, Sacramento, Yolo counties, CA, is applicable, outlining minimum wage rates and fringe benefits. Bidders must ensure compliance.
- Quotations are due: April 10, 2026, at 12:00 PM Pacific Time.
- Primary Contact: Paula Sales (paula.sales@usda.gov).