SOLICITATION U.S. Army West Point Temporary Billeting, Training, Shower Structures, and Equipment Rental

SOL #: W911SD-26-Q-A028Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-WEST POINT
WEST POINT, NY, 10996-1514, United States

Place of Performance

West Point, NY

NAICS

Rooming and Boarding Houses (721310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Prefabricated Structures And Scaffolding (J054)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 29, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Apr 13, 2026, 4:00 PM

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 U.S. Army Mission and Installation Contracting Command (MICC-West Point) is issuing a Solicitation for the rental and services of temporary billeting, training, and shower structures at Camp Buckner, West Point, NY. This requirement supports Cadet Summer Training (CST) due to ongoing renovations. The contract is a Firm Fixed Price (FFP), Total Small Business Set-Aside. A mandatory site visit is required for all offerors. Proposals are due April 13, 2026, at 12:00 PM.

Scope of Work

This contract requires non-personal services for the turnkey delivery, setup, operation, maintenance, breakdown, and removal of temporary structures and associated support services. Key requirements include:

  • Temporary Billeting Structures: 5-9 weatherproof structures (50 sq ft/person) for 510 personnel, then reduced to 200, with options for female privacy.
  • Temporary Shower Trailers: Minimum 2 trailers (10-18 shower heads each) with hot/cold water and climate control.
  • Temporary Latrine Trailers: Minimum 10-16 latrines per trailer with hot/cold water and climate control.
  • Engagement Skills Trainer (EST) II Structure: Weather-resistant structure with generator and fuel, capable of blackout conditions and UV protection.
  • Utilities & Services: Power generation (generators and fuel), water, and wastewater services (conditional if government utilities are not installed by May 4, 2026). Cleaning services for shower and latrine trailers (3x/week) adhering to CDC standards.
  • Site Management: Provision of a site manager and qualified power technician, ensuring 24-hour contact with a 12-hour response time for maintenance.
  • Security: Contractor personnel must comply with security requirements, including AT Level I and iWATCH training.

Contract Details

  • Contract Type: Firm Fixed Price (FFP).
  • Period of Performance: One (1) Base Year of 12 months, with up to three (3) option years. The primary operational period is approximately May 11, 2026, through August 3, 2026, with potential annual repetition through August 2029.
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 721310 (Hotels (except Casino Hotels) and Motels) with a size standard of $32,500,000.00.
  • PSC: J054 - Maintenance, Repair And Rebuilding Of Equipment: Prefabricated Structures And Scaffolding.

Submission & Evaluation

  • Proposal Due Date: April 13, 2026, at 12:00 PM.
  • Site Visit: Mandatory for all interested offerors. Scheduled for Wednesday, March 18, 2026, at 08:45 AM at 681 Rogers Place, BLDG 681, First Floor, West Point, NY. RSVP via email is required by Monday, March 16, 2026. Offerors who do not attend will not be considered for award.
  • Submission Format: Hard copies and CD-ROM digital copies (no USB drives).
  • Evaluation Factors: Technical (MEET OR EXCEED), Past Performance, and Price (evaluated for reasonableness). Award will be made to the responsible offeror whose proposal is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. No discussions are planned.

Contact Information

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4
Special Notice
Posted: Mar 12, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 10, 2026
Version 2
Special Notice
Posted: Mar 3, 2026
View
Version 1
Sources Sought
Posted: Jan 29, 2026
View