Opportunity

SAM #W9124B26RA005

Lease and Service of Portable Latrines and Hand Wash Stations for U.S. Army National Training Center

Buyer

Fort Irwin

Posted

May 14, 2026

Respond By

June 15, 2026

Identifier

W9124B26RA005

NAICS

562991

This procurement supports large-scale training operations at the U.S. Army National Training Center (NTC) and Fort Irwin, California, requiring the lease and servicing of portable latrines and hand wash stations. - Government Buyer: - U.S. Army, Mission and Installation Contracting Command (MICC), Fort Irwin Contracting Directorate - Scope of Work: - Lease, delivery, relocation, pickup, and servicing of non-sewer portable latrines and hand wash stations - Baseline requirement: approximately 700 units, with surge capacity up to 8,000 units - Daily servicing for rotational/tactical units; three times per week for semi-permanent units - ADA-compliant units required for both latrines and hand wash stations - Strict safety, environmental, and security protocols must be followed - Contractor must provide quality control plans, staffing plans, equipment plans with manufacturer specifications, and mission-essential crisis mitigation plans - Products Requested: - Portable latrines (desert sand-colored, lusterless enamel finish, 60-gallon tank, ADA-compliant options) - Hand wash stations (desert sand-colored, 24-gallon potable and gray water capacity, ADA-compliant options) - Estimated service days: tens of thousands across multiple zones and locations - Notable Requirements: - 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside - Documentation and reporting for all services, including spillage and damage reports - Unit repair/replacement for damages beyond normal wear and tear - Locations: - Fort Irwin National Training Center (NTC), Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, Southern California Logistics Airport (SCLA) in Victorville, CA - Inspection and acceptance at Fort Irwin facilities

Description

General Information

The Mission and Installation Contracting Command (MICC) – Fort Irwin, on behalf of the National Training Center (NTC), is issuing this Request for Proposal (RFP) for the lease, delivery, relocation, pickup, and servicing of non-sewer portable latrines and hand wash stations.

The objective of this requirement is to support the training mission at various sites within the boundaries of the NTC, Fort Irwin, Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, and the Southern California Logistics Airport (SCLA).

Key Dates and Deadlines

Solicitation Issue Date            May 14, 2026Questions

(RFIs) Due Date            May 24, 2026, at 1:00 PM Pacific Time

Proposal Submission Deadline         June 15, 2026, at 1:00 PM Pacific Time

Scope of Work Overview

The Contractor shall provide all equipment, supplies, tools, materials, repair parts, labor, transportation, and personnel oversight necessary to maintain usable, leased equipment. Key elements of this requirement include

Capacity: Providing a baseline of approximately 700 units, with the ability to surge up to a max of 8,000 latrines and hand wash stations to support rotational training units.

Servicing: Daily servicing for Rotational/Tactical units and three (3) times per week servicing for Semi-Permanent units.

Mission-Essential: The delivery, pumping, sanitization, and restocking of these units are designated as Mission-Essential Contractor Services. Offerors must submit a comprehensive crisis-mitigation plan for personnel, communication, and supply chain contingencies.

Questions and Clarifications (RFIs)

All questions regarding this solicitation must be submitted in writing via email to the Contracting Specialist at email tamaria.r.baker.civ@army.mil  and to the Contracting Officer at email pedro.j.costas.mil@army.mil.

Questions must be received no later than May 25, 2026, at 1:00 PM Pacific Time.

Please include Questions - W9124B26RA005 - [Your Company Name] in the subject line of the email.

Questions received after the deadline may not be answered. Answers to all timely, relevant questions will be posted either as an amendment to this solicitation or as an attached PDF on SAM.gov.

Offerors must carefully review the Addendum to FAR 52.212-1 (Instructions to Offerors) and FAR 52.212-2 (Evaluation Criteria) located within the attached solicitation document.

Key submission requirements include, but are not limited to:

Staffing Plan: Demonstrating adequate personnel and experience.

Equipment Plan: Providing proof of access/commitment for the minimum 700 baseline units and manufacturer specifications for proposed models.

Limitations on Subcontracting: A detailed narrative explaining how the prime contractor will independently meet the requirement that it will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities (SDVOSBs).

Mission-Essential Plan: A concise plan addressing personnel rosters, 24-hour mobilization procedures, and supply chain contingencies.

Proposals MUST be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module prior to the closing date and time. Emailed or hard-copy proposals will not be accepted. Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for W9124B26RA005Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module

View original listing