Non-Sewer Portable Latrines and Hand Washing Stations

SOL #: W9124B26RA005Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT IRWIN
FORT IRWIN, CA, 92310-5095, United States

Place of Performance

Fort Irwin, CA

NAICS

Septic Tank and Related Services (562991)

PSC

Lease Or Rental Of Equipment: Toiletries (W085)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Apr 28, 2026
2
Response Deadline
May 13, 2026, 8:00 PM

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 Mission and Installation Contracting Command (MICC) - Fort Irwin, CA, intends to issue a competitive solicitation for Non-Sewer Portable Latrines and Hand Washing Stations. This pre-solicitation notice indicates the upcoming Request for Proposal (RFP) will cover the lease, delivery, placement, servicing, and removal of these units to support rotational training missions at the National Training Center (NTC) Fort Irwin and surrounding areas in Southern California. The opportunity is a 100% Small Business Set-Aside and anticipates a Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a maximum ceiling of $13,000,000.00. The official RFP is expected on or about May 14, 2026.

Scope of Work

The contractor will be responsible for the lease, delivery, relocation, and pick-up/removal of maintained, usable non-sewer portable latrines and hand wash stations. Services include daily pumping, cleaning, sanitizing, and restocking with potable water, soap, and paper towels, strictly adhering to Army Field Sanitation standards (ATP 4-25.12) and the Performance Work Statement (PWS). Units must be desert sand-colored, and typical simultaneous placement ranges from 700 to 8,000 units. ADA-compliant handicap units are required.

Performance Standards

Key performance metrics include 95% of units serviced daily, 95% of routine deliveries within 24 hours of Task Order requests, and 95% of removals within 48 work hours of the Period of Performance (POP) end date. Zero safety violations are expected.

Contract Details

  • Type: Single Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Total Ordering Period: 32 Months (8-month base period from August 1, 2026 – March 31, 2027, plus two 12-month option periods)
  • Maximum Ceiling: $13,000,000.00
  • Set-Aside: 100% Small Business Set-Aside
  • NAICS Code: 562991 (Septic Tank and Related Services)
  • PSC: W085 (Lease or Rental of Equipment: Toiletries)

Acquisition Strategy & Evaluation

Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process.

Key Requirements & Instructions

Offerors will be required to develop and maintain a Quality Control Plan (QCP) and an Accident Prevention Plan within 30 days of award. Contractor personnel will need a Tier 1 Non-Sensitive Position Level clearance and specific training (AT Level I, OPSEC Level I, iWATCH, TARP, NTC Range Safety). Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. Potential offerors are responsible for monitoring SAM.gov for the official RFP release and any subsequent amendments.

Points of Contact

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 28, 2026
Non-Sewer Portable Latrines and Hand Washing Stations | GovScope