Opportunity

SAM #W912J326QOR01

Latrine, Handwash Station, and Dumpster Services for Pinon Canyon Maneuver Site, Colorado

Buyer

USNGB SFO Activity NMANG 150

Posted

April 08, 2026

Respond By

April 22, 2026

Identifier

W912J326QOR01

NAICS

562991

This opportunity is issued by the Department of Defense, Department of the Army, National Guard Bureau, W7NQ USPFO ACTIVITY NMANG 150 office, on behalf of the U.S. Army's HHD 615th Transportation Battalion. - Scope of Work: - Provision, servicing, and removal of 16 chemical latrines - Provision, servicing, and removal of 8 hand washing stations - Provision and removal of 3 ten-yard roll-off dumpsters - Removal of 275 gallons of gray water over three days - Service and cleaning of all latrines and hand washing stations, including trash removal, disinfecting, and replenishment of supplies - Final day equipment removal and pumping dry of latrines - Location: - All services to be performed at Pinon Canyon Maneuver Site, BLDG 300, 36086 US HI-WAY 350, Model, Colorado 81059 - Requirements: - Total small business set-aside under NAICS 562991 (Septic Tank and Related Services) - Compliance with all specifications in the Performance Work Statement (PWS) - Adherence to federal wage determinations, FAR/DFARS clauses, and cybersecurity provisions - Active SAM registration required - Firm fixed price, all-inclusive pricing - OEMs and Vendors: - No specific OEMs or vendors are named; open to qualified small businesses able to meet requirements - Period of Performance: - One week duration - All work to be completed between June 2 and June 9 (specific year not restated) - Unique/Notable Requirements: - Contractor must provide all labor, tools, supplies, toilet paper, and disinfectants - Quotes must be valid for 90 days and submitted using the provided Pricing List attachment

Description

<!DOCTYPE html> Enhanced Readability Document 1. This document serves as a combined Synopsis/Solicitation for commercial supplies and services, prepared in accordance with FAR 12.202(b)(1). This is the only solicitation that will be issued; we are requesting quotes, and no written solicitation will follow. Please refer to W912J326QOR01 on all quotes. This solicitation is issued as a Request for Quotation (RFQ) and incorporates all provisions and clauses in effect through the Federal Acquisition Regulation (FAR). All responsible sources are invited to submit a quote.

a. IMPORTANT Notices for Offerors

i. Governing Regulations This solicitation is governed by the regulations effective February 1, 2026, under Class Deviation 2026-O0028 – Revolutionary FAR Overhaul (RFO) Part 12, and DFARS 212.

ii. Business Classification This acquisition is designated as a total small business set-aside. The North American Industry Classification System (NAICS) code is 562991 Septic Tank, size standard is $9.0M and Related Services, and the Product Service Code (PSC) is W099 lease or rental of equipment- Miscellaneous.

iii. System for Award Management (SAM) Registration To be considered for an award, all offerors must have an active registration in the System for Award Management (SAM) at https://sam.gov/

iv. Verification of Representations and Certifications The contracting officer will verify the prospective awardee's representations and certifications in SAM prior to issuing an award. Failure to maintain SAM registration will result in the offeror being deemed non-responsive and potentially ineligible for the award.

v. Payment Instructions For details regarding payment and acceptance, please refer to DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023), which is incorporated in full below.

vi. Applicable Commercial Clauses The following commercial provisions and clauses are applicable to this acquisition: FAR 52.212-1: Instructions to Offerors—Commercial Products and Commercial Services (FEB 2026) FAR 52.212-2: Evaluation—Commercial Products and Commercial Services (FEB 2026) FAR 52.212-4: Terms and Conditions—Commercial Products and Commercial Services (FEB 2026)

vii. Additional Terms No other terms and conditions have been deemed necessary for this acquisition beyond what is listed in this combined synopsis/solicitation.

b. QUESTIONS AND INQUIRIES Please submit all questions and inquiries via email to Odini Ramos at 150SOW.MSC.RFPRFQ@us.af.mil no later than April 15, 2026, at 11:00 AM MST. Questions received after this time may not be addressed.

c. QUOTE SUBMISSION Please submit your quote via email to the points of contact listed above no later than April 22, 2026, at 11:00 AM MST. It is the vendor's responsibility to monitor SAM.gov for any amendments to this requirement.

d. LATE QUOTES In accordance with FAR 52.212-1, any quotes received after the due date may be disqualified.

e. Responsibility of Offerors It is the offeror's responsibility to ensure the Government receives their quote before the deadline.

f. PRICE LIST Please complete the attachment 01 – Pricing List.

g. COMPLETENESS OF INFORMATION Incomplete information may lead to the disqualification of your quote. To expedite the evaluation process, please do not submit documents that were not requested in the solicitation. All items must meet or exceed the specifications outlined in the Statement of Work (SOW) or Performance Work Statement (PWS) and any other attached documents.

2. GENERAL REQUIREMENT: a. Period of Performance: June 2, 2026, to June 9, 2026 b. Place of Performance: PINON CANYON MANEUVER SITE, COLORADO ADDRESS: BLDG 300, 36086 US HI-WAY 350, MODEL, COLORADO 81059 c. List of Attachments: Attachment 01 – Pricing List Attachment 02 – PWS Attachment 03 – Wage Determination

3. PROVISIONS/ CLAUSES INCORPORATED BY REFERENCE (IBR) Offerors are responsible for adhering to all applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses for this solicitation. The full text of these regulations is available at https://www.acquisition.gov/.

Sample of some clauses included: 52.203-18: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.203-19: Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-2: Security Requirements (Mar 2021) <!-- Additional clauses can be listed similarly -->

4. PROVISION/ CLAUSES INCORPORATED BY FULL TEXT (FT) 52.212-2: Evaluation—Commercial Products and Commercial Services (FEB 2026) (a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Price only that meet the requirements outlined in the PWS. (b) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. <!-- Additional full text clauses can be added similarly -->

End of the document Nothing follows.

View original listing