Porta John Rental_CVN78:
Solicitation Notice: N4215826Q0005
This is a SOLICITATION for commercial items prepared in accordance with the provisions of FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5, as supplemented by the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N4215826Q0005. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-06 and DFARS Change Notice. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of the clauses may be accessed at the following website: https://www.acquisition.gov/far/
This contract action is being solicited as a 100% small business set-aside. The NAICS code is 562991, PSC W085, and the Small Business Size Standard is 9,000,000
Request for Response:
The contractor shall provide thirty (30) Port A John stations, each with approximate dimensions of 4 feet wide by 4 feet deep by 7.5 feet high, designed to accommodate NNSY personnel. These stations must be fully self-contained, requiring no external utility connections such as water or electricity, and must include onboard water tankage. Each unit shall be equipped with water, toilet paper, hand soap, and paper towels. The contractor is responsible for servicing, cleaning, and restocking the stations with all necessary supplies, including urinal cakes
Delivery Location: Norfolk Naval Shipyard, Pier 5
Responsibility and Inspection:
Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
The solicitation will close on January 22, 2026, at 6:00 AM, with all questions due by January 16, 2025, at 09:00 AM. The expected performance period is from May 1, 2026, to May 31, 2027, 13 months, including (3) three 1-month options:
Base: 13 months
Option 1: (month one)
Option 2: (month two)
Option 3: (month three)
CLIN Designation:
Make sure The Contract Line Items (CLINs) structured so that costs are broken down clearly between the initial purchase/rental of the portable toilet (porta john) and the recurring weekly servicing as shown on the SF 1449 form, page 3 of 32
Offerors are required to follow the instructions outlined in the solicitation, which includes compliance with FAR 52.212-1 (Instructions to Offerors—Commercial Items). Proposals will be evaluated as best value for the government, based on three key criteria: technical capability, past performance, and price. The Government intends to award one Firm Fixed Price (FFP) contract resulting from this solicitation to the contractor responsible whose quote conforms to the solicitation and is most advantageous to the Government based on technical capability, past performance, and price.
Evaluation Criteria
Factor 1- Technically Capable - The evaluation team will rate each quote as either "Acceptable" or "Unacceptable". Only quotes rated as "Acceptable" will be considered for awards and evaluated further
II. Technical Acceptance: You must clearly state whether your company is capable as outlined in the Statement of Work (SOW). You must clearly state you understand and able to adhere to three subpoints in your proposals:
- Comprehension of Requirements: You must confirm that your company understands the goals, scope, and expectations set forth in the Statement of Work (SOW).
- Size Dimensions: All vendors must meet the minimum size requirements listed in the Statement of Work (SOW) to be considered acceptable. These dimensions ensure that the products or services fit the project's technical needs. During evaluation, the team will check each quote and its documentation to confirm that the proposed solution meets or exceeds these size standards.
If a vendor’s dimensions fall short, their quote will be rated “Unacceptable” and removed from consideration. This rule helps ensure that all solutions are physically suitable and perform as expected, maintaining consistency and quality throughout the project.
- Safety Regulations: Potential vendors shall provide documentation demonstrating compliance with OSHA regulations. They must also adhere to all applicable state and local safety laws. Proof of compliance is required to ensure workplace safety standards are met.
- Factor 2- Past Performance: The statement of work (SOW) outlines the service schedule. Vendor must have the ability to meet the demands of the service scheduled as outline in the statement of work, also provide repairs, and potential move urinals when needed. Please, provide an example when you had to provide service to a large client within the past 24 months. Please how you able to keep the schedule and remedy any issues
Parties are requested to provide the following information (as applicable)
- Company Name,
- Company Address
- Primary company contacts(s) and associated email addresses,
- Company website
- Factor 3- Price- Price shall not be the sole factor in the selection process. However, should prospective vendors be deemed equal across all specified evaluation criteria, price may serve as the determining factor in awarding the contract
Proposal Submission:
All responsible vendors may submit proposals. By submitting, vendors certify they are not suspended, debarred, or otherwise ineligible for federal contracts. Awardees must maintain SAM registration throughout contract performance.
Questions: Submit all inquiries by solicitation instructions by the deadlines. Direct questions to eugene.e.fenner.civ@us.navy.mil.
For SAM registration assistance, call 1-866-606-8220 or visit www.sam.gov