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 portable latrine and handwash station services at the National Training Center (NTC) and Fort Irwin Installation, 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 25, 2026, at 12:00 PM PST.
Scope of Work
The selected contractor will provide all personnel, equipment, and supplies for the delivery, placement, servicing, and removal of portable sanitation units, including standard and ADA-compliant latrines and handwash stations. Services encompass regular cleaning, waste pumping and disposal, and restocking of supplies. Units must be desert sand-colored. Historically, requirements have involved 700-8,000 units simultaneously, with potential for up to 14,000 units. The contractor must maintain equipment in a usable/functional status, develop a Quality Control Plan (QCP), and comply with security and training requirements. Specific requirements are detailed in the Performance Work Statement (PWS) and SF 1449.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ). This is a follow-on contract.
- Period of Performance: A 60-month ordering period from May 1, 2026, through April 30, 2031, including a phase-in period from April 1-30, 2026.
- Place of Performance: Various sites within the National Training Center (NTC) and Fort Irwin, CA, including Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, and Southern California Logistics Airport (SCLA).
- NAICS Code: 562991 (Septic Tank and Related Services) with a size standard of $9,000,000.00.
Set-Aside
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be certified as an SDVOSB in SAM.gov at the time of proposal submission.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation module. Submissions require four volumes: General, Technical Capability, Past Performance, and Price. Evaluation will be based on the Lowest Priced Technically Acceptable (LPTA) approach, assessing staffing, equipment, quality control plans, and past performance (recency, relevancy, overall rating). Price will be evaluated for reasonableness, completeness, and balance.
Key Dates & Contacts
- Proposal Due Date: March 25, 2026, at 12:00 PM PST.
- Questions Due Date: March 16, 2026, at 12:00 PM PST.
- Primary Contact: Tamaria R. Baker (tamaria.r.baker.civ@army.mil, 760-380-4454).
- Contracting Officer: LTC Pedro Costas (pedro.j.costas.mil@army.mil).