Latrines and Handwashing Stations at Fort Irwin, CA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army, MICC-FT IRWIN, is soliciting proposals for portable latrine and handwash station services at the National Training Center (NTC) and Fort Irwin Installation, CA. This is a Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to ensure sanitary facilities are available for soldiers and personnel across the installation and training areas. Proposals are due March 25, 2026, at 1200 PST.
Scope of Work
The selected contractor will provide all necessary personnel, equipment, and supplies for the delivery, placement, servicing, and removal of portable sanitation units. This includes standard and ADA-compliant latrines and handwash stations. Services encompass regular cleaning, waste pumping and disposal in accordance with regulations, and restocking of supplies (e.g., toilet paper, soap). Units must be desert sand-colored. Specific requirements, including equipment specifications (e.g., 60-gallon latrine tank capacity, 24-gallon handwash station capacity), Quality Control Plan (QCP), security clearances, and mandatory training (Anti-Terrorism, OPSEC, TARP), are detailed in the Performance Work Statement (PWS) and attachments.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: A 60-month ordering period, from May 1, 2026, through April 30, 2031 (Base year + 4 option years), with a phase-in period from April 1, 2026, to April 30, 2026.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified in SAM.gov.
- Minimum Guarantee: $2,500.00
- NAICS Code: 562991 (Septic Tank and Related Services), Size Standard: $9,000,000.00
- Place of Performance: Fort Irwin, CA, including NTC, Barstow/Daggett, MCLB Yermo, and SCLA in Victorville, CA.
- Context: This is a follow-on contract; the previous contract number was W9124B-24-D-0001 with a total value of $5,259,200.00.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation module. They should be organized into four volumes: General, Technical Capability, Past Performance, and Price. Award will be made based on Lowest Priced Technically Acceptable (LPTA) source selection procedures, requiring acceptable ratings for Technical and Past Performance factors. Pricing for IDIQ CLINs should reflect a daily rental rate, with the 'Amount' section representing the total maximum IDIQ ceiling.
Key Dates & Contacts
- Proposal Due Date: March 25, 2026, at 1200 PST
- Questions Due Date: March 16, 2026, at 1200 pm PST
- Primary Contact: Tamaria Baker (tamaria.r.baker.civ@army.mil, 760-380-4454)
- Contracting Officer: LTC Pedro Costas (pedro.j.costas.mil@army.mil)