Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2025 SAM #8471
MODIFICATION

S -- Portable Latrines: Fort Johnson and Joint Readiness Training Center

Notice Date
2/3/2025 12:16:42 PM
 
Notice Type
Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
W6QM MICC-FT RILEY FORT RILEY KS 66442-0248 USA
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-25-Q-A002
 
Response Due
3/5/2025 11:00:00 AM
 
Archive Date
03/20/2025
 
Point of Contact
Kelsey Anderson, Sheila Banks
 
E-Mail Address
kelsey.m.anderson12.civ@army.mil, sheila.a.banks.civ@army.mil
(kelsey.m.anderson12.civ@army.mil, sheila.a.banks.civ@army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Please see attached Solicitation document and associated files for full details: This requirement is to provide service of portable chemical latrines in training areas not served by the Installation�s sanitary sewer collection and treatment systems. Occasionally portable chemical latrine services shall be required for social events such as concerts and fairs. During the period of performance, there will be workload increases and decreases. Requirements are significantly greater during months with a Joint Readiness Training Center (JRTC) rotational training exercise. There are normally ten (10) rotations annually. Variation in workload shall not limit the Contractor�s obligation to perform services as specified. The Contractor shall support both anticipated and unanticipated military activities, as directed by the Government.Examples include mobilization or deployment exercises, actual mobilization or deployment, redeployment, training, operations other than war (OOTW), unit activation/inactivation, and military assistance to civilian authorities. Quantities in the bid schedule are estimated based on historical records. Rotational latrines have priority for delivery, services and pick up. Contractor shall be able to simultaneously support requirements at Peason, Aerial Port of Debarkation and Fort Johnson as outlined in the attached Performance Work Statement (PWS). Period of Performance: 16MAR25 - 15MAR26, with (4x) 12month Option Periods. Questions Due no later than 1300 (1 pm) CST on 19FEB25.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3cb9b374387342189c614bb52acfa211/view)
 
Place of Performance
Address: Fort Johnson, LA 71459, USA
Zip Code: 71459
Country: USA
 
Record
SN07330410-F 20250205/250203230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.