Opportunity
SAM #31140PR260000016
USCG Base Kodiak Solicits Portable Toilet Units and Pump Services for Recreational Areas
Buyer
USCG Base Kodiak
Posted
May 06, 2026
Respond By
May 12, 2026
Identifier
31140PR260000016
NAICS
562991
The U.S. Coast Guard Base Kodiak is seeking small business vendors to provide portable toilet units and pump services at multiple recreational locations on the base. - Government Buyer: - U.S. Coast Guard, Base Kodiak - Products/Services Requested: - Eight (8) portable toilet units to be distributed as follows: - 2 units at the Soccer Field - 3 units at Holiday Beach - 3 units at the Golf Course (1 at the far end, 2 near the clubhouse) - Regular pump service and maintenance for all units, including: - Waste pumping and environmentally compliant disposal every 14 days - Cleaning and sanitizing of interior surfaces - Restocking of toilet paper - Inspection and maintenance for damage and repairs - Power washing as needed for tournaments - Unique/Notable Requirements: - All services must comply with environmental regulations for waste disposal - Vendors must provide a technical capability statement demonstrating ability to meet all requirements - No specific OEMs, brands, or part numbers are specified; open to any compliant portable toilet solution - Locations: - USCG Base Kodiak Soccer Field - USCG Base Kodiak Golf Course - USCG Base Kodiak Holiday Beach - Set aside for small business concerns under NAICS Code 562991
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 31140PR260000016 is issued as a request for quotation (RFQ) for Portable Toilet Units and Pump Service for USCG Base Kodiak. The NAICS Code is 562991.
This acquisition is set-aside for small business concerns. The small business size standard is $9M per annum. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
USCG Base Kodiak, Kodiak, AK, has a requirement for the Portable Toilet Units and Pump Service in accordance with the attached Statement of Work (SOW). The period of performance will be from May 15, 2026, through November 30, 2026.
FAR 52.212-1 (DEVIATION 25-21) and addenda to FAR 52.212-1 apply to this acquisition. Addenda provisions are:
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (JAN 2017)
FAR 52.204-7 System for Award Management (DEVIATION 25-19)
52.240-90 Security Prohibitions and Exclusions Representations and Certifications (DEVIATION 25-23)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
FAR 52.252-5 Authorized Deviations in Provisions (NOV 2022)
Solicitation Instruction Addenda is:
Offeror shall provide a technical capability statement, with no more than 5 pages, that clearly describes the offeror’s capability to perform the government’s requirement. To be found technically acceptable, at a minimum, the offeror must demonstrate:
Capability to provide eight (8) portable toilet units for the full period of performance Capability of servicing portable toilet units Evidence of environmentally compliant disposal of waste from the units.
Offeror shall provide a firm-fixed price to perform the entire effort identified in the SOW.
Evaluation criteria is lowest price technically acceptable (LPTA).
FAR 52.212-4 (DEVIATION 25-21) and addenda to FAR 52.212-4 apply to this acquisition. Clause Addenda are:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
52.204-13 System for Award Management—Maintenance (DEVIATION 25-19)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (DEVIATION 25-27)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 25-27)
52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 26-03)
52.222-3 Convict Labor (DEVIATION 25-10)
52.222-36 Equal Opportunity for Workers with Disabilities. (DEVIATION 26-10)
52.222-41 Service Contract Labor Standards (DEVIATION 26-10)
52.222-42 Statement of Equivalent Rates for Federal Hires. (May 2014) - GENERAL MAINTENANCE WORKER/WG-8
52.222-50 Combating Trafficking in Persons (DEVIATION 26-10)
52.222-62 Paid Sick Leave Under Executive Order 13706. (DEVIATION 26-10)
52.223-23 Sustainable Products (DEVIATION 26-12)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (May 2024)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Mar 2023)
52.233-1 Disputes (DEVIATION 25-25)
52.233-3 Protest after Award. (DEVIATION 25-25)
52.233-4 Applicable Law for Breach of Contract Claim. (DEVIATION 25-25)
52.240-91 Security Prohibitions and Exclusions. (DEVIATION 25-23)
52.252-2 Clauses Incorporated by Reference (Feb 1998)
52.252-6 Authorized Deviations in Clauses (Nov 2022)
Quotes are due by May 12, 2026, at 1:00 p.m., Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil to be considered for award. If it is in the best interest of the government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Quotes shall list two points of contact for the offeror, including name, phone number, and email address.
All contractual and technical questions must be in writing. Questions must be received by May 8, 2026, 1:00 p.m. Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil Telephone questions will not be accepted.