JMTC COOLING PROJECT
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 Army, W6QK ACC-RI, has issued a Draft Solicitation (W519TC26QA117) for the JMTC Cooling Project at Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). This opportunity seeks contractors for the procurement and installation of chiller and cooling tower systems. While currently an unrestricted acquisition, a 10% price preference applies to HUBZone Small Business Concerns. A mandatory site visit is scheduled for April 14, 2026, and proposals are due April 28, 2026.
Scope of Work
This project involves the replacement and installation of new closed-loop chiller and cooling tower components. Key requirements include:
- CLIN 001: Cooling Tower B212 (Comfort) replacement, requiring 304 Stainless Steel construction, VFDs, and cottonwood filter screens.
- CLIN 002: Plating Shop Cooling Tower replacement (Marley NC Class Diamond Series or equivalent), with stainless steel, VFDs, and heaters.
- CLIN 003: B222 Closed-Loop Chiller Components replacement, matching existing Trane performance.
- CLIN 004: Building 212 Exhaust Fans replacement (COOK ACRU-B models). The contractor is responsible for all materials and labor, ensuring compliance with RIPD Attachment 0001. Required deliverables include comprehensive documentation such as installation, maintenance, and operator manuals, as well as environmental compliance data (CDRLs).
Contract Details
- Type: Firm Fixed Price (FFP).
- Acquisition Strategy: Currently unrestricted, but the agency notes it may change to a small business set-aside.
- Funding: Anticipated; the solicitation is currently "short of award."
- Warranty: A minimum one-year parts and labor warranty is required for all CLINs.
- Buy American provisions apply.
- Personnel accessing RIA must meet extensive security requirements, including background checks and training.
Submission & Evaluation
- Proposals Due: April 28, 2026, at 10:00 AM local time. Quotes must be valid for 90 days.
- Evaluation: Lowest Price Technically Acceptable (LPTA) source selection procedure.
- Technical Factors: Experience, RIPD Compliance Statement, Equipment Identification, Warranty, and mandatory attendance at the site visit. Only technically acceptable offers will proceed to price evaluation.
- AI Tools: Will be used to assist in proposal evaluation.
Key Dates & Contacts
- Mandatory Site Visit: April 14, 2026, at 10:00 AM Central Time. Reservations are mandatory, and attendees must wear steel-toed safety shoes and safety glasses. The meeting point is Gate 8 Large Parking Lot Turnstyle - RIA-JMTC.
- Primary Contact: Lynn Baker (lynn.d.baker8.civ@army.mil)
- Secondary Contact: Sophia Muckenfuss (SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL)