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, invites proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for comprehensive portable latrine and handwash station services at the National Training Center (NTC) and Fort Irwin Installation, CA, and surrounding areas. This is 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 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. Units must be desert sand-colored for realism. Historically, requirements have involved simultaneous placement of 700-14,000 units. The PWS details specific construction and capacity requirements for latrines and handwash stations, and mandates that liquid waste hauling vehicles be four-wheel drive capable and California State permitted/certified.
Contract Details
- 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, preceded by 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.
- NAICS Code: 562991 (Septic Tank and Related Services) with a size standard of $9,000,000.00.
- Place of Performance: Fort Irwin, CA, NTC, Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, and Southern California Logistics Airport (SCLA) in Victorville, CA.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation module by the due date. The proposal format requires four volumes: General, Technical Capability, Past Performance, and Price. Evaluation will be based on a Lowest Priced Technically Acceptable (LPTA) approach. Technical evaluation will assess the staffing plan, equipment plan, and quality control plan. Past performance will be evaluated based on recency, relevancy, and overall rating. Price will be analyzed for reasonableness, completeness, and balance.
Key Dates & Contacts
- Proposal Due Date: March 13, 2026, at 1300 PST.
- Questions Due Date: March 6, 2026, at 1300 PST.
- Primary Contact: Tamaria R. Baker, tamaria.r.baker.civ@army.mil, (760) 380-4454.
Additional Notes
This is a follow-on contract. Offerors are responsible for reviewing all attached documents, including the full Request for Proposal (RFP) and Performance Work Statement (PWS). The SF 1449 form and associated pricing spreadsheet are available, with bidders responsible for providing their own pricing spreadsheet.