Y--WY MIRACLE MILE VAULT CONSTRUCTION
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 Department of the Interior, Bureau of Reclamation is soliciting offers for the WY Miracle Mile Vault Toilet Replacement project. This Total Small Business Set-Aside opportunity involves the demolition of existing facilities and the construction of four new precast concrete vault toilets in Wyoming. The estimated project magnitude is between $100,000 and $250,000. Sealed offers are due by March 24, 2026, at 11:00 AM local time.
Scope of Work
This project requires the demolition and removal of four existing vault toilet buildings and their cement pads. Contractors will then supply, deliver, and install four new precast concrete vault toilet buildings, specifically one double vault and three single vaults. All new restrooms must comply with Architectural Barriers Act (ABA) and American Disabilities Act (ADA) standards. Key specifications include double-walled, water-tight vault liners with minimum capacities of 1,000 gallons for single vaults and 2,000 gallons for double vaults. Restrooms must feature heavy-duty seats, wall-mounted grab bars, locking toilet roll dispensers, coat hooks, positive air ventilation, and stationary translucent windows. Doors are to be pre-finished, reinforced steel with hydraulic closers, exterior keyed locks, and interior lever-type handles. Vent pipes are required to reduce odors, and exterior materials must be low-maintenance. Interior walls and floors need a smooth, epoxy-coated finish, and specific signage must be installed. Additionally, accessible parking spaces must be upgraded with appropriate signage.
Contract & Timeline
- Contract Type: Firm-Fixed Price, Sealed Bid (IFB) / Request for Quote (RFQ).
- Magnitude: Between $100,000 and $250,000.
- Set-Aside: Total Small Business.
- NAICS Code: 238120 (Structural Steel and PreCast Concrete Contractors).
- Product Service Code (PSC): Y1PA (Construction Of Recreation Facilities (Non Building) / Construct Misc Buildings Requires WO).
- Period of Performance: 120 calendar days after receipt of the Notice to Proceed, anticipated from June 1, 2026, to November 30, 2026.
- Offers Due: March 24, 2026, 11:00 AM local time.
- Published: March 6, 2026.
Submission & Evaluation
Sealed offers must be submitted to the Bureau of Reclamation, Missouri Basin Region, Contracting Officer, Natalie Oslund, at the address specified in the solicitation. Envelopes must be clearly marked with the offeror's name, address, solicitation number, and due date/time. All communications, including questions and quotations, should be sent via email to Natalie Oslund (natalie_oslund@ios.doi.gov); telephone communications will not be accepted. Offers will be publicly opened at the due date and time. Evaluation criteria include Technical, Past Performance, and Price. Technical and Past Performance are of equal importance and, combined, are more important than Price. Technical submissions require salient characteristics, specification sheets, brochure pictures, and a description of demolition, disposal, and installation processes. Past Performance will assess projects completed within the last five years. Price evaluation requires completion of all line items on the Price Schedule. Quotations must remain valid for a minimum of 90 calendar days.
Additional Notes
Offerors are encouraged to inspect the project site as no formal site visit will be scheduled. Construction work is permitted Monday through Friday, 7:00 AM to 5:00 PM (Mountain Daylight Time). Be aware that cell service is unavailable at the project location. Offerors must be registered in SAM.gov. Bonds are not required for this project. The award will be transmitted electronically.