Restrooms, Hand Washing Stations, and Shower Trailers
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk intends to award a Firm Fixed-Price contract for Restrooms, Hand Washing Stations, and Shower Trailers to support the Maritime Expeditionary Security Squadron (MSRON) 4 in Williamsburg, VA. This acquisition is a Total Small Business Set-Aside. Quotes are due by March 26, 2026, at 4:00 PM UTC.
Scope of Work
The requirement is to provide and service eighteen (18) PORT-A-Johns, eight (8) handwashing stations, and three (3) heated shower trailers. Each shower trailer must have eight stalls, climate-controlled water, lighting, and a sewage system. Services include daily servicing, restocking supplies (paper towels, toilet paper, hand soap, hand sanitizer), water resupply, and maintenance/repair with a one-hour response time and two-hour replacement for unserviceable units. The contractor will also be responsible for installation, provision of cleaning stations, and pick-up services upon contract expiration. All units must be in good condition.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Acquisition Method: FAR Part 12, Acquisition of Commercial Products and Commercial Services
- NAICS Code: 562991 (Septic Tank and Related Services) with a $9,000,000.00 small business size standard
- Period of Performance: Installation April 17-18, 2026; Operational April 19-25, 2026; Break Down and Retrieval April 25, 2026. Overall performance within 30 calendar days from award.
- Place of Performance: 1201 Jamestown Rd, Williamsburg, VA 23185
- Response Due: March 26, 2026, 4:00 PM UTC
- Published: March 24, 2026 (Amendment 0001)
Eligibility & Submission
This is a Total Small Business Set-Aside. Offerors must have valid base access at the time of quote submission. Quotes, including signed copies of the RFQ and any latest amendment(s), must be submitted via email to Mr. Mychael McKay (mychael.k.mckay.civ@us.navy.mil) and Ms. Morgan Olszak (morgan.e.olszak.civ@us.navy.mil). No further questions will be accepted. Contractors must comply with cybersecurity requirements (CMMC Level 1 or higher).
Evaluation
Award will be based on price, with the Government reserving the right to consider past performance and conduct a price/past performance tradeoff.
Additional Notes
Funds are not presently available for this contract, and the Government's obligation is contingent upon the availability of appropriated funds. Attachments include maps of Cheatham Annex for site visualization.