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 for Latrines and Handwashing Station Services at Fort Irwin, CA, and surrounding areas. 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 for personnel across the National Training Center (NTC) and Fort Irwin Installation. Proposals are due March 13, 2026, at 13:00 PST.
Scope of Work
The selected contractor will provide comprehensive services for portable sanitation units, including standard and ADA-compliant latrines and handwash stations. This encompasses delivery, placement, servicing, and removal of equipment. Services require regular cleaning, waste pumping and disposal, and restocking of supplies. Units must be desert sand-colored. The scope covers various sites within NTC, Fort Irwin, Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, and Southern California Logistics Airport (SCLA). Historically, requirements range from 700 to 14,000 units simultaneously. Performance standards include 24-hour delivery and 48-hour removal for routine requests, with a 95% customer satisfaction target. This is a follow-on contract.
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 an April 2026 phase-in.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SAM.gov certified.
- NAICS Code: 562991 (Septic Tank and Related Services) with a $9M size standard.
- Product/Service Code: W085 (Lease Or Rental Of Equipment: Toiletries).
Submission & Evaluation
- Proposals Due: March 13, 2026, at 13:00 PST.
- Questions Due: March 6, 2026, at 13:00 PST.
- Submission Method: Electronically via the PIEE Solicitation module. Proposals require four volumes: General, Technical Capability, Past Performance, and Price. Bidders must provide their own pricing spreadsheet.
- Evaluation: Award will be based on the Lowest Priced Technically Acceptable (LPTA) approach. Technical evaluation will assess staffing, equipment, and quality control plans. Past performance will be reviewed for recency, relevancy, and overall rating, while price will be analyzed for reasonableness, completeness, and balance.
Contact Information
Primary Point of Contact: Tamaria R. Baker (tamaria.r.baker.civ@army.mil, 760-380-4454).