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 qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Latrines and Handwashing Stations at the National Training Center (NTC) and Fort Irwin Installation, CA. This is a follow-on contract to ensure sanitary facilities are available for personnel. 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, and restocking of supplies (e.g., toilet paper, soap). Equipment must be maintained in a usable/functional status at all times, with desert sand-colored units required to blend with the training environment. Historically, combined requirements involve 700-8,000 latrines and hand wash stations simultaneously across NTC, Fort Irwin, Barstow/Daggett, MCLB Yermo, and SCLA. Deliveries must be within 24 work hours, and removals within 48 work hours. The contractor must develop a Quality Control Plan (QCP) and comply with security requirements.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: Base year plus four (4) option years, 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 certified in SAM.gov.
- NAICS Code: 562991 (Septic Tank and Related Services)
- Size Standard: $9,000,000.00
- Proposal Due: March 13, 2026, at 1300 PST
- Questions Due: March 6, 2026, at 1300 PST
- Published Date: February 25, 2026
Evaluation & Submission
Award will be based on the Lowest Priced Technically Acceptable (LPTA) proposal. 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. Proposals must be submitted electronically via the PIEE Solicitation module, structured into four volumes: General, Technical Capability, Past Performance, and Price.
Additional Notes
This is a follow-on contract. Key documents, including the full Request for Proposal (RFP) and SF 1449 form, have been re-attached and are available. No pre-qualified bidders list is available. Bidders are responsible for providing their own pricing spreadsheet.