Opportunity
PIEE #W9124B26RA005
Lease and Servicing of Portable Latrines and Hand Wash Stations for NTC and Associated Sites
Buyer
W6XR USALRCTR FT IRWIN
Posted
May 14, 2026
Respond By
June 15, 2026
Identifier
W9124B26RA005
NAICS
562991
The U.S. Army Mission and Installation Contracting Command (MICC) at Fort Irwin is seeking a contractor to provide leased portable latrines and hand wash stations, along with comprehensive servicing, to support the National Training Center (NTC) and associated sites. - Government Buyer: - U.S. Army, Mission and Installation Contracting Command (MICC), Fort Irwin Contracting Directorate - Products and Services Requested: - Lease of non-sewer portable latrines and hand wash stations - Baseline requirement: 700 units, surge capacity up to 8,000 units - ADA-compliant latrines and hand wash stations required - Desert sand-colored, lusterless enamel finish, specific tank and water capacities, and accessibility features - Estimated service days: tens of thousands across multiple zones - Servicing and Maintenance - Daily servicing for tactical/rotational units - Three times per week servicing for semi-permanent units - Includes delivery, relocation, pickup, pumping, sanitization, restocking, and removal within 48 hours after task order completion - Documentation and reporting for all services, including spillage and damage reports - Unit repair/replacement beyond normal wear and tear - Unique/Notable Requirements: - Offerors must demonstrate access to minimum baseline units and provide manufacturer specifications for proposed models - Comprehensive crisis-mitigation plan required (personnel, communication, supply chain contingencies) - Strict safety, environmental, and security protocols apply - Quality control plans, access requests, and training certifications required - 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside - Locations: - Fort Irwin National Training Center (NTC), Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, Southern California Logistics Airport (SCLA) in Victorville, and federal facilities at Fort Irwin - No specific OEMs or brands are named; offerors must provide manufacturer details for proposed equipment.
Description
General InformationThe 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 DeadlinesSolicitation Issue Date May 14, 2026Questions (RFIs) Due Date May 24, 2026, at 1:00 PM Pacific TimeProposal Submission Deadline June 15, 2026, at 1:00 PM Pacific Time Scope of Work OverviewThe 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 includeCapacity: 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.Proposal Submission InstructionsOfferors 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.