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 Bureau of Reclamation, Great Plains Regional Office is seeking proposals for the WY Miracle Mile Vault Toilet Replacement project. This Total Small Business Set-Aside opportunity involves the demolition of existing structures and the supply, delivery, and installation of four new precast concrete vault toilet buildings in Wyoming. The estimated project magnitude is between $100,000 and $250,000. Quotations 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 (1) double vault and three (3) single vault units. All new restrooms must be compliant with Architectural Barriers Act (ABA) and American Disabilities Act (ADA) standards.
Key specifications for the new units include:
- Double-walled, water-tight vault liners (1,000-gallon minimum for single, 2,000-gallon minimum for double).
- Toilet riser with heavy-duty seat and lid, wall-mounted grab bars, locking toilet roll dispenser, coat hook, positive air ventilation, and stationary translucent windows.
- Pre-finished, reinforced steel doors with hydraulic closers, exterior keyed locks, and interior lever-type handles.
- Vent pipes to reduce sewage odors.
- Low-maintenance exterior materials (no painting required) and smooth, epoxy-coated interior walls and floors.
- Installation of specific signage inside each restroom.
- Upgrading accessible parking spaces with appropriate signage.
Contract Details
- Opportunity Type: Solicitation (Request for Quote - RFQ)
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business
- NAICS Code: 238120 (Structural Steel and PreCast Concrete Contractors)
- Product Service Code (PSC): Y1PA (Construct Misc Buildings Requires WO)
- Magnitude: $100,000 to $250,000
- Period of Performance: 120 calendar days after Notice to Proceed, anticipated from June 1, 2026, to November 30, 2026.
- Bonds: Not required.
Submission & Evaluation
- Quotations Due: March 24, 2026, at 11:00 AM local time.
- Submission Method: All quotations and questions must be submitted via email to the Contracting Officer, Natalie Oslund, at natalie_oslund@ios.doi.gov. Telephone communications will not be accepted.
- Evaluation Criteria: Technical, Past Performance, and Price. Technical and Past Performance are of equal importance and, combined, are more important than Price.
- Technical: Requires salient characteristics/specification sheets, brochure pictures, and a description of demolition, disposal, and installation processes.
- Past Performance: Evaluation will consider projects completed in the last 5 years.
- Price: Requires completion of all line items on the Price Schedule.
- Validity: Quotations must be valid for a minimum of 90 calendar days.
- Registration: Offerors must be registered in SAM.gov.
Additional Notes
No formal site visit will be scheduled, but offerors are encouraged to inspect the site. Construction work is permitted Monday through Friday, 7:00 AM to 5:00 PM (Mountain Daylight Time). There is no cell service available at the project location. Award will be transmitted electronically.