Skip to content
Department of Defense

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

Solicitation: W911SD-26-Q-A028
Notice ID: 9bc15a4a47b54e8b861329ddf03f77fd
TypeSources SoughtNAICS 532490PSCW083Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateNYPostedJan 29, 2026, 12:00 AM UTCDueFeb 04, 2026, 05:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Feb 04, 2026. Industry: NAICS 532490 • PSC W083.

Market snapshot

Awarded-market signal for NAICS 532490 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,981,958
Sector total $1,653,287,284 • Share 0.1%
Live
Median
$25,162
P10–P90
$11,140$175,786
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,981,958)
Deal sizing
$25,162 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
West Point, New York • 10996 United States
State: NY
Contracting office
West Point, NY • 10996-1514 USA

Point of Contact

Name
Ignacio Cordova
Email
ignacio.j.cordova2.civ@army.mil
Phone
5206878204

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • FDO EUSTIS • W6QM MICC-WEST POINT
Contracting Office Address
West Point, NY
10996-1514 USA

More in NAICS 532490

Description

Subject: SOURCES SOUGHT  U.S. Army West Point Temporary Billeting, Training, Shower Structures, and Equipment Rental  W911SD-26-Q-A028

THIS IS A Sources Sought Notice ONLY.

The U.S. Government desires to procure provide Temporary Billeting, Training, Shower Structures, and Equipment FY 2026 rental and services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. 

Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside, to which only one (1) contract will be awarded. 

We encourage all small businesses, in all socioeconomic categories, to identify their capabilities in meeting the requirements at a fair market price.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. 

This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. 

The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. 

If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. 

The anticipated NAICS code(s) is/are: 532490 Modular Building Rental Leasing off site.

A need is anticipated for Temporary Billeting, Training, Shower Structures, and Equipment rental and services

In response to this sources sought, please provide:

1.  Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3.  Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

Requirements:

  •  Site Visit will be made available, attendance to the Site Visit will be MANDATORY in order to be considered
     
  • Provide billeting, training, latrine, and shower equipment and services to meet personnel requirements IAW timeline in this PWS.  Provide site proposal to meet CST billeting, training, latrine, and shower requirements.

  • Provide site manager; conduct site survey. Conduct delivery of materials and equipment, set-up, breakdown, and removal according to defined timeframe, to specifications as defined in this PWS.

  • Provide initial operation instruction and familiarization brief to Government.

  • Provide 24-hour contact with 12 hr response time for on-call service and maintenance.

  • Provide services and materials for filling of water and all fuel. Materials for dumping shower and latrine wastewater off site

4.  Information to help determine if the requirement for Temporary Billeting, Training, Shower Structures, and Equipment rental is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Governmentwide point of entry SAM.gov. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7.  Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.