Skip to content
Department of Homeland Security

Rental and servicing of portable toilets and hand wash stations, plus restroom trailer pumping services for USCG Special Missions Training Center (SMTC) Camp Lejeune, NC

Solicitation: 62200PR260000130
Notice ID: f25a72db0f214fde8b1b20771c1802c6
TypeSolicitationNAICS 562991PSCW085Set-AsideSBADepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateNCPostedFeb 12, 2026, 12:00 AM UTCDueMar 05, 2026, 04:00 PM UTCCloses in 10 days

Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Mar 05, 2026. Industry: NAICS 562991 • PSC W085.

Market snapshot

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

12-month awarded value
$329,285
Sector total $923,693,753 • Share 0.0%
Live
Median
$22,254
P10–P90
$18,401$26,107
Volatility
Stable35%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($329,285)
Deal sizing
$22,254 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 NC
Live POP
Place of performance
Camp Lejeune, North Carolina • United States
State: NC
Contracting office
Camp Lejeune, NC • 28542 USA

Point of Contact

Name
JOHN CAICEDO
Email
JOHN.H.CAICEDO2@USCG.MIL
Phone
2068151586

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SPECIAL MISSION TRAINING CENTER (SM
Office
Not available
Contracting Office Address
Camp Lejeune, NC
28542 USA

More in NAICS 562991

Description

This is a solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation number 62200PR260000130 is issued as a request for quotation (RFQ), request for comprehensive services including the delivery, setup, regular servicing, and removal of portable toilets, handwashing stations, and pumping of one restroom trailer as specified in this Statement of Work (SOW). 

This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 Effective Date 10/01/2025.

The associated North American Industrial Classification System (NAICS) code for this procurement is 562991 with a small business size standard of $9.0M. Product Service Code is W085.

The US Coast Guard Special Mission Training Center has a requirement for the rental and servicing of portable toilets, hand washing stations, and pumping of one restroom trailer at Marine Corps Base Camp Lejeune Range Facilities.  Services include delivery to site, setup for operation, servicing as required by the contract, and removal at the end of the period of performance. 

All interested companies must provide quotation(s) for the following Period of Performance:

Base Period April 1, 2026 thru March 31, 2027
Option Year One April 1, 2027 thru March 31, 2028
Option Year Two April 1, 2027 thru March 31, 2029

Offerors are required to provide prices for all items/CLINs. A zero dollar figure ($0.00) unit price means the offeror shall provide the service/supply at no charge to the Government. Unit prices left blank or annotated with something other than a dollar figure will be considered unacceptable.

Reference Attached Statement of Work in Solicitation 62200PR260000130

Place of Performance: Various Locations onbard USMC Camp LeJeune North Carolina as indication in TASK FOUR 2.4 LOCATIONS.

Invoices shall be submitted in arrears: Monthly

Basis for Award: Award will be made to the quoter whose quotation offers the best value to the government, considering Technical Approach, Past Performance, and Price. The government will evaluate information based on the evaluation criteria listed in the solicitation 62200PR260000130 Provision 52.212-2 Evaluation—Commercial Products and Commercial Services (Aug 2025) (Deviation 25-21).

A quote must comply in all aspects with the requirements and conditions set forth in this RFQ; a quote must meet or exceed all mandatory RFQ requirements. If an Offeror takes exception to any of the terms and conditions of the RFQ or fails to meet any of the requirements of the RFQ, then the Government may consider the quote unacceptable

A Firm-Fixed Price contract will be awarded to the responsible offeror whose offer fully conforms to this solicitation and is determined to be the most advantageous, considering price and other factors. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.

The anticipated award date is 10 days after solicitation closing date.

Offerors must complete entity-level representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.204-7, System for Award Management –Registration. 

All quoters must submit the following:

VOLUME 1: Price Section A: Pricing shall be submitted as requested for the listed Supplies/Services.  Total price will be evaluated by the Government. Proposed price should reflect a clear understanding of the requirements, is consistent with the various elements of the offer. 

VOLUME 2 Technical Approach: Offeror shall submit company's detailed technical approach and methodology for completing all requirements of the Statement of Work (SOW). The Technical Volume shall not exceed thirty (30) pages in length, minimum 12-point font.  Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages.
 

VOLUME 3 Past Performance Record: Offerors shall provide contract data for two (2) relevant contracts that the offeror is currently performing or has completed during the last five (5) years. The following information shall be included:

Contractor Name and Contract Number; Customer points of contact (minimum of two; provide name, telephone number, fax number and e-mail addresses); Length of contract to include Period of Performance (dates); Initial Contract Price; Description of product/service provided (include sufficient detail to demonstrate similarities and dissimilarities to the requirements of this solicitation)

Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.

This is an open-market solicitation. The government intends to award a purchase order as a result of this solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoter must list exception(s) and rationale for the exception(s). Quotations that reject the terms and conditions of the solicitation may be excluded from consideration.

Submission must be received not later than March 5, 2026 11:00am EST. All Submission must be sent via email to john.h.caicedo2@uscg.mil.  Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(c).

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.