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 invites proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide comprehensive portable latrine and handwash station services at the National Training Center (NTC) and Fort Irwin Installation, CA, and surrounding areas. This is for a Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due March 13, 2026, at 1300 PST.
Scope of Work
The selected contractor will be responsible for providing all necessary personnel, equipment, and supplies for the lease, delivery, placement, servicing, and removal of portable sanitation units. This includes standard and ADA-compliant latrines and handwash stations. Services must include regular cleaning, waste pumping and disposal in accordance with all regulations, and restocking of supplies (e.g., toilet paper, soap).
Historically, requirements involve the simultaneous placement of 700-8,000 latrines and hand wash stations, with a ratio of 1 latrine per 25 males or 18 females, and 1 hand wash station per 10 latrines. Equipment must be maintained in a usable/functional status at all times, and desert sand-colored units are required to blend with the training environment. Specific requirements will be detailed in individual Task Orders.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Task Order contract.
- Period of Performance: A 60-month ordering period from May 1, 2026, through April 30, 2031. A phase-in period is scheduled for April 1, 2026 – April 30, 2026.
- Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be certified in SAM.gov at the time of proposal submission.
- Product Service Code (PSC): W085 (Lease Or Rental Of Equipment: Toiletries)
- NAICS Code: 562991 (Septic Tank and Related Services)
- Proposal Due: March 13, 2026, at 1300 PST.
- Questions Due: March 6, 2026, at 1300 PST.
- Published Date: February 12, 2026.
Performance Standards & Special Requirements
Key performance standards include ensuring units are usable/functional at all times, deliveries within 24 work hours, and removals within 48 work hours. A 95% success rate for routine deliveries, placements, and removals without customer complaints is expected.
Special requirements include developing a Quality Control Plan (QCP), complying with security requirements (personnel security clearances, OPSEC, installation access), and providing specific training for employees (e.g., Anti-Terrorism, OPSEC, TARP, NTC Safety Range Training). Equipment must be marked with the contractor's name and numbered.
Contact Information
Primary Contact: Tamaria R. Baker (tamaria.r.baker.civ@army.mil, 760-380-4454). Secondary Contact: Joseph D. Laughlin (joseph.d.laughlin2.civ@mail.mil, 760-380-9332).