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 handwashing station services at Fort Irwin, CA, and surrounding areas. 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 for soldiers and personnel across the National Training Center (NTC) and Fort Irwin Installation. Proposals are due March 25, 2026, at 12:00 PM PST.
Scope of Work
The selected contractor will provide 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). 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, combined requirements can range from 700 to 8,000 latrines and handwash stations simultaneously. The contractor must develop a Quality Control Plan (QCP) and comply with security requirements, including personnel security clearances and specific training.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: A 60-month ordering period from May 1, 2026, through April 30, 2031 (Base year + 4 option years).
- Minimum Guarantee: $2,500.00
- 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
- Previous Contract: This is a follow-on contract; the previous contract number was W9124B-24-D-0001 with a total value of $5,259,200.00.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation module. Submissions should be organized into four volumes: General, Technical Capability, Past Performance, and Price. Evaluation will follow Lowest Priced Technically Acceptable (LPTA) source selection procedures. Technical and Past Performance factors must receive an "Acceptable" rating. Price will be evaluated for reasonableness, completeness, and balance. The Unit of Measure (UoM) for CLINs 0001-0009 is "Day," and for CLIN 0010 is "Month." The "Unit Price" should reflect the daily rental rate, and the "Amount" section represents the total maximum IDIQ ceiling.
Key Dates & Contacts
- Questions Due: March 16, 2026, at 12:00 PM PST
- Proposals Due: March 25, 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)