Skip to content
Department of Defense

Portable Latrine and Greywater Services

Solicitation: PANNGB-26-P-0000_033962
Notice ID: dd0f309d58c44e1da663e7cc23b29414
TypeSources SoughtNAICS 562991PSCJ085DepartmentDepartment of DefenseAgencyDept Of The ArmyStateMNPostedMar 27, 2026, 12:00 AM UTCDueApr 07, 2026, 04:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MN. Response deadline: Apr 07, 2026. Industry: NAICS 562991 • PSC J085.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: PANNGB-26-P-0000_033962. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 562991 (last 12 months), benchmarked to sector 56.

12-month awarded value
$2,359,391
Sector total $1,770,409,645 • Share 0.1%
Live
Median
$165,621
P10–P90
$20,160$372,996
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($2,359,391)
Deal sizing
$165,621 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MN
Live POP
Place of performance
Little Falls, Minnesota • 56345 United States
State: MN
Contracting office
Little Falls, MN • 56345-4173 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MN20260044 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Minnesota • Crow Wing
Rate
ASBESTOS ABATEMENT WORKER
Base $36.23Fringe $22.26
Rate
BOILERMAKER
Base $41.39Fringe $28.82
+54 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 54 more rate previews.
Davis-BaconBest fitstate match
MN20260044 (Rev 0)
Open WD
Published Jan 02, 2026Minnesota • Crow Wing
Rate
ASBESTOS ABATEMENT WORKER
Base $36.23Fringe $22.26
Rate
BOILERMAKER
Base $41.39Fringe $28.82
Rate
BOOM TRUCK
Base $18.82Fringe $4.57
+53 more occupation rates in this WD
Davis-Baconstate match
MN20260102 (Rev 0)
Open WD
Published Jan 02, 2026Minnesota • Swift
Rate
ARTICULATED HAULER
Base $17.50Fringe $0.00
Rate
ASBESTOS ABATEMENT WORKER
Base $41.23Fringe $25.99
Rate
BLASTER
Base $21.33Fringe $9.01
+50 more occupation rates in this WD
Davis-Baconstate match
MN20260038 (Rev 0)
Open WD
Published Jan 02, 2026Minnesota • Chippewa
Rate
ARTICULATED HAULER
Base $24.00Fringe $6.00
Rate
ASBESTOS ABATEMENT WORKER
Base $41.23Fringe $25.99
Rate
BOILERMAKER
Base $48.35Fringe $31.93
+50 more occupation rates in this WD
Davis-Baconstate match
MN20260041 (Rev 0)
Open WD
Published Jan 02, 2026Minnesota • Clearwater
Rate
ASBESTOS ABATEMENT WORKER
Base $36.13Fringe $22.45
Rate
BOILERMAKER
Base $48.35Fringe $31.93
Rate
BOOM TRUCK
Base $44.54Fringe $26.88
+47 more occupation rates in this WD

Point of Contact

Name
Jonathan D Larsen
Email
jonathan.d.larsen2.mil@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO MN • USPFO MN PROCUREMENT • W7NG USPFO ACTIVITY MN ARNG
Contracting Office Address
Little Falls, MN
56345-4173 USA

More in NAICS 562991

Description

USPFO P&C - Minnesota is interested in the identification of capable sources to perform portable latrine moving and servicing located on Camp Ripley, Minnesota and at Arden Hills, Minnesota as well as removing greywater from greywater tanks located on Camp Ripley Minnesota.

The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary.

This requirement is proposed to be a 12-month base year, plus four 12-month option periods, if exercised.

This is a SOURCES SOUGHT to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required supplies & services.
THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.
RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) code for this acquisition is 562991. The small business size standard is $9M.

To assist the USPFO P&C Minnesota in deciding the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirement’s areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company’s areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.
In order to decide on a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company’s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
SUBMISSION DETAILS:
Responses should include:
1. Business name and address:

2. Name of company representative and their business title, telephone number, e-mail address:

3. Identification of business size (Large or Small) and Type of Small Business (if applicable):
5. UEI:
6. Anticipated teaming arrangements (if applicable).
7. Identify any major risks.
8. Any concerns/comments with anticipated NAICS code.
9. Interested businesses may submit brief capabilities (Government or commercial) as it relates to supporting the above requirement to include the following:
     a. Contract number
     b. Title and a brief summary of the objective of the effort
     c. Contracting agency or firm (Government or commercial)
     d. Value of the contract(s) and Period of Performance
     e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour
     f. NAICS code/small business size standard
     g. GSA Schedule number if any
10.Capability statement detailing:
     a.Ability to provide portable latrine and greywater services.

Vendors who wish to respond to this “sources sought” notice, please email Jonathan Larsen (jonathan.d.larsen2.mil@army.mil). Subject Line: “Portable Latrine and Greywater Services: Sources Sought Notice Response.” All interested sources may submit a capability statement (no more than 5 pages) which shall be considered by the agency. The capability statement shall demonstrate the ability to provide the services and responses should include the submission details above. Documentation should be in bullet format. Your e-mailed submission of your capability statement may also include any comments or questions you may have. Interested parties should reply no later than 11:00AM CDT, April 7, 2026.
Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
The included services shall not include inherently governmental functions as defined in Office of Federal Procurement Policy (OFPP) Policy Letter 11-01, Inherently Governmental Functions" and FAR Subpart 7.5, Inherently Governmental Functions."

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.