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
Apr 21, 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 Department of the Army, MICC-West Point, is soliciting proposals for Temporary Billeting, Training, Shower Structures, and Equipment Rental at West Point, NY. This requirement supports Cadet Summer Training (CST) by providing essential temporary infrastructure. This is a Total Small Business Set-Aside. Proposals are due April 13, 2026, at 4:00 PM EST.

Scope of Work

The contractor will provide non-personal services for temporary structures including weatherproof billeting, training facilities, and latrines (showers, sinks, toilets). This includes 24/7 support staff, power, sewer, energy, and gas setup for the Engagement Skills Trainer (EST) II, primarily at Camp Buckner. Key deliverables include:

  • Delivery, setup, operation, breakdown, and removal of 5-9 billeting structures (50 sq ft/person for 510, then 200 personnel), 2+ shower trailers (10-18 heads), and 10-16 latrine trailers.
  • Provision of an EST II temporary structure with generator and fuel.
  • Conditional power generation, water, and waste-water services.
  • Cleaning services for shower and latrine trailers (3x/week).
  • Site management, including a site manager and qualified power technician, with 24-hour contact and 12-hour response time for maintenance.
  • Specific requirements include 7-inch raised flooring for EST at Range 3 and 6-inch for billeting tents at the parade field, yearly ground restoration, and structures accommodating cohorts of 170 personnel. HVAC may be proposed in lieu of ceiling fans.

Contract Details

  • Contract Type: Firm Fixed Price (FFP).
  • Period of Performance: One (1) Base Year (estimated May 01, 2026 – April 30, 2027, with base year operations from May 04, 2026 – August 03, 2026) plus up to three (3) option years.
  • Set-Aside: Total Small Business.
  • NAICS Code: 721310 - Rooming and Boarding Houses, Dormitories, and Workers' Camps.
  • Size Standard: $14,000,000.00.
  • PSC: J054 Maintenance, Repair and Rebuilding of Equipment: Prefabricated Structures and Scaffolding.
  • Key Clauses: The Berry Amendment does not apply. FAR 52.219-14 (Limitations on Subcontracting) does not apply to the unrestricted portion of this set-aside, and a subcontracting plan is not required. Subcontractors must be similarly situated entities.

Submission & Evaluation

  • Proposal Due Date: April 13, 2026, at 4:00 PM EST.
  • Mandatory Site Visit: Wednesday, March 18, 2026, at 10:30 AM EST at 681 Rogers Place, BLDG 681, First Floor, West Point, NY. RSVP required by March 16, 2026. Offerors must attend to be considered for award.
  • Submission Format: Hard copies and CD-ROM digital copies. Electronic submissions via email or facsimile are not accepted. USB drives are not accepted.
  • Evaluation: Lowest Price Technically Acceptable (LPTA), based on Technical (MEET OR EXCEED), Past Performance, and Price reasonableness. No discussions are planned.
  • RFI Deadline: April 7, 2026, at 4:30 PM.

Key Amendments/Notes

Multiple amendments have been issued, primarily providing RFI answers and clarifications. Notably, the GSA Contract requirement for supplemental transport services has been removed, and the NAICS size standard has been clarified to $14,000,000.00. Offerors are responsible for checking SAM.gov for all updates.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 13
Solicitation
Posted: Apr 21, 2026
View
Version 12
Solicitation
Posted: Apr 8, 2026
View
Version 11
Solicitation
Posted: Apr 7, 2026
View
Version 10Viewing
Solicitation
Posted: Apr 6, 2026
Version 9
Solicitation
Posted: Mar 26, 2026
View
Version 8
Solicitation
Posted: Mar 25, 2026
View
Version 7
Solicitation
Posted: Mar 24, 2026
View
Version 6
Solicitation
Posted: Mar 23, 2026
View
Version 5
Solicitation
Posted: Mar 18, 2026
View
Version 4
Special Notice
Posted: Mar 12, 2026
View
Version 3
Solicitation
Posted: Mar 10, 2026
View
Version 2
Special Notice
Posted: Mar 3, 2026
View
Version 1
Sources Sought
Posted: Jan 29, 2026
View