Navigate the lattice: hubs for browsing, trends for pricing signals.
INSTRUCTIONS TO OFFERORS
THIS REQUIREMENT IS A TOTAL 100% SET-ASIDE FOR SMALL BUSINESS AND IS SUBJECT TO THE AVAILABILITY OF FUNDS IAW FAR PART 52.232-18
This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
1. Solicitation number W15QKN-26-R-A017 for Portable Latrine Services, Fort Devens, MA is being solicited, utilizing procedures set forth in Federal Acquisition Regulation (FAR) Part 12 (Acquisition for Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures).
2. The Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Devens Reserve Forces Training Area (DRFTA) has a requirement to procure portable latrine services for the DRFTA in Devens, MA. The requirement is for portable chemical latrine units, including permanent emplacements (51), temporary units (up to 600 per contract year), and associated servicing/cleaning. The Performance Work Statement (PWS) defines the requirements for the rental, delivery, placement, maintenance, and cleaning of portable chemical latrines at the DRFTA, Massachusetts.
3. The North American Industry Classification System (NAICS) Code that applies to the principal nature of the acquisition is 562991 - Septic Tank & Related Services with a corresponding size standard of $9 million.
4. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of one (1) 12-month base period and four (4) 12-month option periods from date of contract award.
5. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov.
6. See Federal Acquisition Regulation (FAR) Clause 52.212-1, "Instructions to Offerors", FAR 52.212-1 "Addendum For Instructions To Offerors", FAR Clause 52.212-2, "Evaluation - Commercial Items" and Section M for FAR 52.212-2, "Addendum for additional information on the Basis for Award and Evaluation Criteria", and FAR 52.212-4 "Addendum for Contract Terms and Conditions - Commercial Products and Commercial Services".
7. A site visit is not mandatory but is highly encouraged and is available upon request. All requests shall be submitted via e-mail to the site visit point of contacts: Mr. Daniel Sanchez, RFOS at Daniel.J.Sanchez76.civ@army.mil; the Contract Specialist, James Clark at James.E. Clark773.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at Jasmyne.C.Peterson. W15QKN26RA017 Page 2 of 101 civ@army.mil, no later than 2:00PM EST on THURSDAY, 05 FEBRUARY 2026 for a tentative Site Visit to be scheduled.
8. All questions regarding this solicitation shall be submitted via Email no later than 4:00 PM EST on MONDAY, 09 FEBRUARY 2026 to the Contract Specialist: James Clark at James.E. Clark773.civ@army.mil and the Contracting Officer: Jasmyne Peterson at Jasmyne.C.Peterson. civ@army.mil. The questions will be answered all at once and uploaded on the Contract Opportunities website at https://www.sam.gov posting after the question period has ended.
9. COMPLETING A QUOTE FOR SUBMITTAL
a. Proposals are due no later than the date and time listed in Block 8 of the SF 1449 and shall be submitted via email to: James Clark, Contract Specialist at James.E.Clark773.civ@army.mil and Jasmyne Peterson, Contracting Officer at Jasmyne.C.Peterson.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.SAM.gov.
b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror agrees to the contract terms and conditions as written in the Solicitation.
c. The Offeror shall submit a price for each FFP Contract Line-Item Number (CLIN) for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.
d. The Offerors shall submit a signed SF1449 (Pg.1, Block 30a. Signature of Offeror /Contractor). The Offeror is required to complete blocks 17, 30a, 30b and 30c of the SF1449. In doing so, the Offeror agrees to the contract terms and conditions as written in the solicitation.
e. The Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any small business preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS Code stated at Block 10 of this SF 1449.
f. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY* UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.
g. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR Clause 52.228-5, "Insurance - Work on a Government Installation" and "Required Insurance.
h. Offeror shall complete all "fill-ins" in provisions and clauses that apply and include with submission response to this solicitation. W15QKN26RA017 Page 3 of 101
i. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Failure to provide any applicable information required and any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for ineligibility for the award.
9. BASIS OF AWARD
a. The Government will award a Purchase Order resulting from this solicitation to the responsive, responsible offeror able to meet the requirements of the solicitation and Performance Work Statement, with the lowest total aggregate price. Although the Government intends to award without discussions, if the price cannot be determined fair and reasonable, negotiations may commence. The Government reserves the right to seek additional information to determine price fair and reasonableness.
b. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Information System, as determined in accordance with FAR 9.104.
c. 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.
10. All services shall be performed in accordance with the Performance Work Statement (PWS).
11. All offers shall remain valid for 120 calendar days. Multiple proposals will not be accepted.
12. Attachments: Attachment 0001 - Performance Work Statemen
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 562991 (last 12 months), benchmarked to sector 56.