DHS awards $1.69M for portable toilet services, with 5 bidders competing for a 3-year contract

Contract Overview

Contract Amount: $169,060 ($169.1K)

Contractor: Golden Isles Disposal, LLC

Awarding Agency: Department of Homeland Security

Start Date: 2023-08-01

End Date: 2026-09-30

Contract Duration: 1,156 days

Daily Burn Rate: $146/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 5

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PORTABLE TOILETS SERVICES

Place of Performance

Location: BRUNSWICK, GLYNN County, GEORGIA, 31524

State: Georgia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $169,060 to GOLDEN ISLES DISPOSAL, LLC for work described as: PORTABLE TOILETS SERVICES Key points: 1. The contract value of $1.69 million over three years suggests a moderate annual spend for essential services. 2. Competition among five bidders indicates a healthy market for portable toilet services in this region. 3. The firm-fixed-price structure shifts cost risk to the contractor, potentially stabilizing expenses. 4. This contract supports the Federal Law Enforcement Training Center, a critical national security function. 5. The geographic focus on Georgia implies localized service delivery and potential workforce impact within the state.

Value Assessment

Rating: good

The contract value of $1.69 million over approximately three years averages to about $563,000 annually. Benchmarking this against similar contracts for portable toilet services is challenging without more specific service level agreements and geographic scope. However, the number of bidders suggests competitive pricing was likely achieved. The firm-fixed-price nature of the award helps control costs for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was competed under the Simplified Acquisition Procedures (SAP), which allows for a broader range of competition for smaller dollar value procurements. With five bidders participating, the level of competition appears robust for this type of service. This suggests that multiple vendors were aware of and capable of meeting the government's requirements, likely driving more competitive pricing.

Taxpayer Impact: A competitive process with five bidders generally leads to better price discovery and ensures taxpayer dollars are used more efficiently by preventing inflated costs.

Public Impact

Federal law enforcement trainees and staff at the Federal Law Enforcement Training Center benefit from essential sanitation services. The contract ensures the operational readiness and compliance of training facilities. Services are geographically concentrated in Georgia, supporting local employment and businesses within the state. The availability of reliable portable toilet services is crucial for maintaining a safe and functional training environment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for service disruptions if contractor fails to meet demand or maintenance schedules.
  • Geographic concentration could limit options if local market conditions change unexpectedly.

Positive Signals

  • Competitive bidding process likely secured favorable pricing for taxpayers.
  • Firm-fixed-price contract provides cost certainty for the duration of the agreement.
  • Contract supports a critical federal training facility, ensuring operational continuity.

Sector Analysis

The market for portable toilet services is diverse, ranging from small local providers to larger national companies. This contract falls within the broader facilities support services sector. While specific market size data for government portable toilet services is not readily available, the industry is generally characterized by localized operations and demand driven by construction, events, and government facilities. The $1.69 million award is a moderate size within this sector.

Small Business Impact

There is no indication that this contract was specifically set aside for small businesses, nor is there information on subcontracting plans. The presence of five bidders suggests that both small and large businesses may have participated in the competition. Further analysis would be needed to determine the extent of small business involvement or potential subcontracting opportunities.

Oversight & Accountability

The contract is a purchase order awarded under Simplified Acquisition Procedures, which typically have streamlined oversight compared to larger, more complex contracts. Accountability is primarily driven by the terms of the firm-fixed-price agreement and performance standards. Transparency is maintained through federal procurement databases where contract awards are recorded. Inspector General oversight would apply if performance issues or potential fraud were identified.

Related Government Programs

  • Federal Law Enforcement Training Center Operations
  • Facilities Maintenance and Support Services
  • Department of Homeland Security Procurement

Risk Flags

  • Potential for service disruptions
  • Ensuring consistent quality across contract duration

Tags

portable-toilet-services, department-of-homeland-security, federal-law-enforcement-training-center, georgia, purchase-order, competed-under-sap, firm-fixed-price, facilities-support, simplified-acquisition

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $169,060 to GOLDEN ISLES DISPOSAL, LLC. PORTABLE TOILETS SERVICES

Who is the contractor on this award?

The obligated recipient is GOLDEN ISLES DISPOSAL, LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (Federal Law Enforcement Training Center).

What is the total obligated amount?

The obligated amount is $169,060.

What is the period of performance?

Start: 2023-08-01. End: 2026-09-30.

What is the historical spending pattern for portable toilet services at the Federal Law Enforcement Training Center?

Historical spending data for portable toilet services specifically at the Federal Law Enforcement Training Center (FLETC) is not directly available in the provided data. However, the current award of $1.69 million over approximately three years (2023-2026) suggests an average annual expenditure of around $563,000. To understand historical patterns, one would need to access FLETC's past contracting actions for similar services, looking at contract values, durations, and the number of competitors over previous years. This would reveal trends in cost, competition, and potential changes in service requirements or market dynamics.

How does the per-unit cost of these portable toilet services compare to market rates?

Determining a precise per-unit cost comparison is difficult without detailed service level agreements, such as the number of units provided, frequency of servicing (e.g., weekly, bi-weekly), and specific features (e.g., standard, ADA-compliant, hand-washing stations). The contract is a firm-fixed-price award for 'PORTABLE TOILETS SERVICES' valued at $1.69 million. Market rates for portable toilet rentals can vary significantly by region, vendor, and service level. Generally, daily rental rates might range from $50-$150 per unit, with servicing costs additional. Given the contract's total value and duration, the implied average annual cost suggests a substantial operation, but a direct per-unit benchmark requires more granular data on the scope of services rendered.

What is Golden Isles Disposal, LLC's track record with federal contracts?

Golden Isles Disposal, LLC is the contractor awarded this $1.69 million purchase order. Information regarding their specific track record with federal contracts, beyond this award, is not provided in the data. To assess their performance history, one would typically examine past federal contract awards to this entity, including contract types, values, agencies served, and performance ratings (if available through sources like the Contractor Performance Assessment Reporting System - CPARS). A lack of extensive federal contract history might indicate they are a newer entrant to federal contracting or primarily serve commercial/local markets, though their ability to win this competed award suggests capability.

What are the primary risks associated with this portable toilet services contract?

Key risks for this contract include potential service quality issues, such as inadequate cleaning or maintenance, which could impact the functionality and hygiene of the FLETC facilities. There's also a risk of contractor default or failure to meet demand, especially during peak training periods. Given the firm-fixed-price nature, cost overruns are primarily the contractor's burden, but significant unforeseen operational challenges could still lead to disputes or performance degradation. Ensuring consistent service delivery across the contract's duration and geographic scope is paramount.

How does the competition level (5 bidders) impact the value for money achieved?

A competition level of five bidders for this portable toilet services contract is generally considered healthy and indicative of a competitive market. This level of interest suggests that multiple vendors were capable of meeting the government's requirements and were willing to bid. Increased competition typically drives down prices as contractors vie for the award, leading to better value for taxpayer money. It also provides the agency with a stronger position to negotiate terms and ensures that the selected contractor is likely offering a competitive rate compared to a sole-source or limited-competition scenario.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesRemediation and Other Waste Management ServicesSeptic Tank and Related Services

Product/Service Code: UTILITIES AND HOUSEKEEPINGHOUSEKEEPING SERVICES

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 70LGLY23QGLB00067

Offers Received: 5

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1400 4TH AVE, BRUNSWICK, GA, 31520

Business Categories: Category Business, Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $213,865

Exercised Options: $213,865

Current Obligation: $169,060

Actual Outlays: $141,166

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2023-08-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-02

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending