Temporary Chiller Rental
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 Mission and Installation Contracting Command (MICC)-West Point, NY is soliciting proposals for Temporary Chiller Rental services at the United States Military Academy (USMA). This requirement is for the rental of three 500-ton trailer-mounted chillers, including installation, operation, maintenance, and removal. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due March 31, 2026, at 4:00 PM local time.
Scope of Work
The contractor will supply, install, test, operate, maintain, and remove three 500-ton trailer-mounted air-cooled chillers with pumps for specific buildings at USMA West Point, NY:
- Building 655 (Eisenhower Hall): Six-month rental, April 15th to October 15th, 2026.
- Building 601 (Thayer Hall): One-month rental, May 22nd to June 21st, 2026.
- Building 752 (Mahan Hall): One-month rental, May 22nd to June 21st, 2026.
Responsibilities include connecting chillers to existing building water supply, return piping, and temporary electrical connections (800 amps per building, requiring a 750-1250 transformer for 4160V to 480V step-down if needed). The contractor must provide automatic "red" high-capacity air bleeders and on-call maintenance with a two-hour response time during work hours and four-hour response time after work hours. All work must comply with federal, state, local, and USMA regulations. A qualified HVAC subcontractor is required for site visits to determine installation details.
Contract & Timeline
- Solicitation Type: Request for Quotation (RFQ)
- Contract Type: Firm Fixed Price
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing (Size Standard: $40,000,000)
- PSC: W041 - Lease or Rental of Equipment – Refrigeration, Air Conditioning, and Air Circulating Equipment
- Period of Performance: Estimated April 15, 2026 – October 15, 2026 (varying by building).
- Proposal Due Date: March 31, 2026, at 4:00 PM local time.
- Published Date: March 31, 2026.
Evaluation
Proposals will be evaluated based on technical capability, past performance, and price. Technical capability requires a statement demonstrating the ability to perform work of similar complexity. Past performance must be recent and relevant (within the last three years). Price will be evaluated for reasonableness. The government intends to award a single contract without discussions.
Additional Notes
Amendment 0001 was issued to post questions and answers, which clarify technical details regarding amperage, transformer use, camlock connections, and installation support. Offerors must ensure their Entity Unique Identifier and CAGE Code are current and valid in SAM.gov. A Wage Determination (No. 2015-4159, Revision No. 31) applies, outlining minimum wage rates and fringe benefits. All solicitation documents are available electronically on SAM.gov. Submissions must be sent via email to Kelly Kotlik at kelly.p.kotlik2.civ@army.mil.