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 is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for portable latrine and handwash station services at the National Training Center (NTC) and Fort Irwin, CA, and surrounding areas. This is for a Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The purpose is to ensure sanitary facilities are available for soldiers and personnel. Proposals are due March 25, 2026, at 12:00 PM PST.
Scope of Work
The selected contractor will provide all 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, and restocking of supplies (e.g., toilet paper, soap).
- Equipment Specifications: Desert sand-colored units with lusterless enamel finish. Latrines must have a minimum 60-gallon tank capacity, self-closing doors, and inside operational locks. Handwash stations require a minimum 24-gallon fresh and gray water capacity, with soap and paper towel dispensers. ADA-compliant units are mandatory.
- Performance Standards: Equipment must be maintained in a usable/functional status at all times. Deliveries within 24 work hours, removals within 48 work hours. 95% routine service without customer complaints.
- Locations: Various sites within NTC and Fort Irwin, CA, including Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, and Southern California Logistics Airport (SCLA) in Victorville, CA.
- Contractor Requirements: Develop and implement a Quality Control Plan (QCP) and Accident Prevention Plan. Comply with security requirements (personnel security clearances, OPSEC, installation access). Provide specific training for employees (Anti-Terrorism, OPSEC, TARP).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified in SAM.gov.
- Period of Performance: A 60-month ordering period from May 1, 2026, through April 30, 2031, consisting of a base year and four option years.
- Minimum Guarantee: $2,500.00
- NAICS Code: 562991 (Septic Tank and Related Services), Size Standard: $9,000,000.00
- Product Service Code: W085 (Lease Or Rental Of Equipment: Toiletries)
- Contract History: This is a follow-on contract; the previous contract (W9124B-24-D-0001) had a total value of $5,259,200.00.
Submission & Evaluation
- Submission Method: Proposals must be submitted electronically via the PIEE Solicitation module.
- Proposal Format: Organized into four volumes: General, Technical Capability, Past Performance, and Price.
- Evaluation Criteria: Award will be made based on Lowest Priced Technically Acceptable (LPTA) source selection procedures. Technical and Past Performance factors must receive an "Acceptable" rating. Price will be evaluated for reasonableness, completeness, and balance.
- Pricing Clarification: Unit Price should reflect the daily rental rate. The "Amount" section represents the total maximum IDIQ ceiling for the CLIN.
Key Dates & Contacts
- Questions Due: March 16, 2026, at 12:00 PM PST
- Proposals Due: March 25, 2026, at 12:00 PM PST
- Primary Contact: Tamaria R. Baker (tamaria.r.baker.civ@army.mil, 760-380-4454)
- Contracting Officer: LTC Pedro Costas (pedro.j.costas.mil@army.mil)
Additional Notes
This solicitation incorporates updated FAR clauses, including 52.219-14 Limitations on Subcontracting. Offerors are responsible for reviewing all attached documents, including the full Request for Proposal (RFP) and Performance Work Statement (PWS).