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-Fort Irwin, is soliciting proposals for portable latrine and handwashing station services at the National Training Center (NTC) and Fort Irwin, CA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside 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 13, 2026, at 1300 PST.
Scope of Work
The selected contractor will provide comprehensive services including the delivery, placement, servicing, and removal of portable sanitation units. This encompasses standard and ADA-compliant latrines and handwash stations. Services require regular cleaning, waste pumping and disposal, and restocking of supplies. The Performance Work Statement (PWS) specifies requirements for desert sand-colored units, a historical ratio of 1 latrine per 25 males/18 females, and 1 hand wash station per 10 latrines, with typical simultaneous placement of 700-8,000 units. Place of performance includes NTC, Fort Irwin, Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, and Southern California Logistics Airport (SCLA) in Victorville, CA.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Ordering Period: 60 months, from May 1, 2026, through April 30, 2031. A phase-in period is scheduled for April 1-30, 2026.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SAM.gov certified at proposal submission.
- Product Service Code (PSC): W085 (Lease Or Rental Of Equipment: Toiletries)
- NAICS Code: 562991 (Septic Tank and Related Services)
Performance Standards & Special Requirements
The PWS outlines performance standards including deliveries within 24 work hours, removals within 48 work hours, and 95% customer satisfaction for routine services. The contractor must develop a Quality Control Plan (QCP), comply with security requirements (personnel security clearances, OPSEC, installation access), and provide specific employee training. Equipment must be marked and numbered, and the contractor is responsible for safeguarding all units.
Submission & Evaluation
Proposals must be submitted in accordance with the attached Request for Proposal (RFP) by March 13, 2026, at 1300 PST. Evaluation criteria are not detailed in the summary documents but will be competitive. Questions regarding the solicitation must be submitted in writing to Tamaria Baker (tamaria.r.baker.civ@army.mil) by March 6, 2026, at 1300 PST.
Additional Notes
A recent clarification confirmed that there is no pre-qualified bidders list for this project. The 'Solicitation___W9124B26RA003_Professional_Appearance.pdf' document is now available, and prospective bidders are responsible for providing their own pricing spreadsheet.