Opportunity
SAM #W9124B26RA005
Army Solicitation for Lease and Servicing of Portable Latrines and Hand Wash Stations at Fort Irwin and Associated Sites
Buyer
Fort Irwin
Posted
April 28, 2026
Respond By
May 13, 2026
Identifier
W9124B26RA005
NAICS
562991
The Department of the Army, through the Mission and Installation Contracting Command (MICC) - Fort Irwin, is preparing a competitive solicitation for the lease and servicing of non-sewer portable latrines and hand washing stations to support the National Training Center (NTC) and associated sites in California. - Government Buyer: - Department of the Army, National Training Center (NTC) and Fort Irwin, MICC-Fort Irwin contracting office - Products and Services Requested: - Lease, delivery, placement, daily servicing (pumping, cleaning, sanitizing, restocking), relocation, and removal of non-sewer portable latrines and hand washing stations - Quantities: 700 to 8,000 portable latrines (including ADA-compliant models), 70 hand wash stations - Equipment specifications: - Desert sand-colored, lusterless enamel finish - 60-gallon tank capacity for latrines; 24-gallon potable and gray water capacity for hand wash stations - ADA-compliant handicap latrines and hand wash stations required - Features: screened roof ventilation, self-closing doors with locks, wall-mounted toilet tissue holder, seat dispenser, coat hook, urinal, two countertop areas, two liquid soap dispensers, two paper towel dispensers, foot pump (minimum 1.8 gallon/minute flow) - Unique or Notable Requirements: - Daily servicing in accordance with Army Field Sanitation standards (ATP 4-25.12) and the Performance Work Statement (PWS) - Relocation of units within a one-mile radius at no additional cost - Removal of units within 48 hours after task order completion - Contractor responsible for hazardous waste containment and spill cleanup - Strict quality control, security clearances, safety compliance, and detailed reporting - All equipment must be desert sand-colored for operational suitability - Contract Details: - Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) - 32-month ordering period (8-month base, two 12-month options) - Maximum contract ceiling: $13,000,000 - Set aside for small businesses under NAICS 562991 (Septic Tank and Related Services) - Evaluation: Lowest Price Technically Acceptable (LPTA) - Locations: - Fort Irwin (NTC), Barstow/Daggett, Marine Corps Logistics Base Yermo, Southern California Logistics Airport (SCLA) in Victorville, CA
Description
1. DISCLAIMER: This is a PRE-SOLICITATION NOTICE indicating the Government's intent to issue a Request for Proposal (RFP). This is NOT a solicitation. No proposals are being requested or accepted at this time. The Government will not reimburse any costs associated with preparing or submitting a response to this notice.
2. DESCRIPTION OF REQUIREMENT: The Mission and Installation Contracting Command (MICC) - Fort Irwin, CA intends to issue a competitive solicitation for the lease, delivery, placement, servicing, and removal of non-sewer portable latrines and hand washing stations.
These services will directly support the rotational training mission at various tactical and cantonment sites within the boundaries of the National Training Center (NTC) Fort Irwin, Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, and the Southern California Logistics Airport (SCLA) in Victorville, CA.
Critical performance requirements include the 24-hour (daily) pumping, cleaning, sanitizing, and restocking (with potable water, soap, and paper towels) of all deployed units in strict accordance with Army Field Sanitation standards (ATP 4-25.12) and the Performance Work Statement (PWS).
3. CONTRACT TYPE & DURATION: The Government anticipates awarding a single Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
Total Ordering Period: 32 Months Base Period: 8 Months (Anticipated 1 August 2026 – 31 March 2027) Option Periods: Two (2) 12-Month Option Periods Maximum Ceiling: $13,000,000.00
4. ACQUISITION STRATEGY:
Source Selection: Lowest Price Technically Acceptable (LPTA) Set-Aside: 100% Small Business Set-Aside NAICS Code: 562991 (Septic Tank and Related Services) Product Service Code (PSC): W085 (Lease or Rental of Equipment: Toiletries)
5. ANTICIPATED TIMELINE & INSTRUCTIONS: The official Request for Proposal (RFP) W9124B26RA005, including the finalized Performance Work Statement (PWS) and all applicable attachments, will be issued on or about 14 May 2026.
Once the solicitation is officially released, all instructions for proposal preparation will be provided in the Addendum to FAR 52.212-1. All proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. Hard copy, CD-ROM, and email submissions will not be accepted.
Potential offerors are responsible for monitoring SAM.gov for the release of the solicitation and any subsequent amendments.
6. POINTS OF CONTACT: Pedro J. Costas Contracting Officer MICC - Fort Irwin pedro.j.costas.mil@army.mil
Tamaria Baker Contracting Specialist MICC - Fort Irwin tamaria.r.baker.civ@army.mil