SOLICITATION NOTICE
W -- Airshow Portable Toilets
- Notice Date
- 1/27/2026 2:18:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- W7N0 USPFO ACTIVITY SDANG 114 SIOUX FALLS SD 57104-0264 USA
- ZIP Code
- 57104-0264
- Solicitation Number
- W50S9626QB005
- Response Due
- 2/2/2026 12:00:00 PM
- Archive Date
- 02/17/2026
- Point of Contact
- Eric Comes, Phone: 6059885932, Steven Audinet, Phone: 6059885933
- E-Mail Address
-
eric.comes@us.af.mil, steven.audinet.1@us.af.mil
(eric.comes@us.af.mil, steven.audinet.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a Request for Quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 562991 applies to this solicitation; business size standard is $9M. The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for the following: Portable Toilet Rental Sioux Falls Airshow, July 17-20 (Friday-Monday), 2026 (See attached Statement of Work) FAR 52.232-18 � Availability of Funds: Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Preparing and Submitting your Quote: Offerors shall provide pricing inclusive of delivery to the South Dakota Air National Guard, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264. Pricing should be provided using the attached Quote Sheet. Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications. Please make quotes valid for a minimum of 30 days. All questions and quotes must be directed to Eric Comes at eric.comes@us.af.mil and Steven Audinet at steven.audinet.1@us.af.mil. All questions are due no later than two business days prior to quote due date. All questions and answers must be in writing. Do not contact other Government personnel as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Evaluation: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government (i.e.: best value) based upon an integrated assessment of the following evaluation factors: Price and Past Performance. Offerors are cautioned that award may not necessarily be made to the lowest priced offeror. Wage Determination (WD): Wage Determination 2015-5369 (Rev.-27) posted 12/2/2025 for Minnehaha County in South Dakota is currently applicable. Wage Determinations can be found at https://sam.gov/wage-determination/2015-5369/27. The current prevailing WD will be incorporated at time of award. In the event the current prevailing WD is changed, offerors/contractors will be given a reasonable opportunity to provide revised proposals solely to amend pricing due to WD changes. This does not constitute and shall not be construed as discussions. The selected Offeror must comply with the following Federal Acquisition Regulation Provisions and Clauses, which are incorporated herein by reference: FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures; FAR 52.212?1, Instructions to Offerors�Commercial Products and Commercial Services; FAR 52.212?2, Evaluation�Commercial Product and Commercial Services; FAR 52.212?3 Alternate I, Offeror Representations and Certifications�Commercial Products and Commercial Services; FAR 52.212?4, Contract Terms and Conditions�Commercial Products and Commercial Services; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services; FAR 52.219-1 Alternate I, Small Business Program Representations; FAR 52.219?6, Notice of Total Small Business Set�Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation; FAR 52.225?13, Restrictions on Certain Foreign Purchases; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications; FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.233?3, Protest After Award; FAR 52.233?4, Applicable Law for Breach of Contract Claim; FAR 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.246-20, Warranty of Services; FAR 52.247-34, F.O.B Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252?2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004, Antiterrorism Awareness Training for Contractors; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7016, Covered Defense Telecommunications Equipment of Services-Representation; DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation; DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements; DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime; DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime; DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation; DFARS 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region; DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232?7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; FAR 252.244-7000, Subcontracts for Commercial Products or Commercial Services; DFARS 252.247?7023, Transportation of Supplies by Sea. Provisions and Clauses for this synopsis/solicitation can be found in full text at http://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0e8f534425be48eeb595e0835ea1d013/view)
- Place of Performance
- Address: Sioux Falls, SD 57104, USA
- Zip Code: 57104
- Country: USA
- Zip Code: 57104
- Record
- SN07697820-F 20260129/260127230035 (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 |