PRESOLICITATION NOTICE-SANDING BOOTH
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
This is a Pre-Solicitation Notice from the Department of the Army for an upcoming requirement to procure a turn-key Sanding Booth Contract at Tobyhanna Army Depot, Tobyhanna, PA. This opportunity is a Total Small Business Set-Aside. A draft Performance Work Statement (PWS) and draft solicitation are available for review. Interested firms must submit capability statements within 15 days of the notice publication (April 23, 2026) and attend a pre-solicitation meeting on April 29, 2026.
Scope of Work
The requirement is for the complete design, engineering, supply, delivery, installation, assembly, set-up, and training for a new crossdraft-style sanding booth. Key aspects include:
- Booth Installation: A modular, self-supporting crossdraft booth (39’L x 16’W x 14’H) constructed of 18-gauge steel, including specific doors. Must meet OSHA, NFPA, UFC, and NEC Hazardous Location Class 1, Division 1 standards.
- Systems: Four-stage filtration (HEPA Activated Carbon for VOCs), LED lighting (100 foot-candles), electrical controls, and a water-based fire suppression and alarm system.
- Accessories: Fall protection rails, compressed air hose reels, central vacuum system, utility niches, and breathable air/compressed air connection points.
- Compliance: Strict adherence to environmental regulations for dust control (fiberglass), waste disposal, and material usage. Site preparation includes concrete floor modification.
- Support: Operational and maintenance training for government personnel, submission of O&M manuals, parts manuals, and as-built CADD drawings. A one-year warranty with a 72-hour response time is required.
Contract & Timeline
- Opportunity Type: Pre-Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Tobyhanna Army Depot, Tobyhanna, PA 18466
- Period of Performance: 360 calendar days from Notice to Proceed (NTP).
- Published Date: April 23, 2026
- Capability Statement Due: May 1, 2026 (within 15 days of notice)
- Pre-Solicitation Meeting: April 29, 2026, at 10:00 AM EST via Microsoft Teams. The purpose is to review requirements, specifications, and conduct a Q&A session.
Eligibility & Requirements
- SAM.gov: Offerors must have current and active registration in SAM.gov with no active exclusions or debt subject to offset.
- Responsibility: Must be found responsible in accordance with FAR 9.1.
- CMMC: Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) requirements for information systems processing FCI or CUI.
- Security & Safety: Background checks, AT Level I, OPSEC, iWATCH, CUI training, and strict adherence to OSHA, EM 385-1-1, and TYAD-specific safety regulations are mandatory.
Additional Notes
This notice is for informational and planning purposes only and is NOT a request for proposal. Responses are not offers, and the Government is under no obligation to award a contract. No funds are available for response preparation. Contact Kristen Zigmont at kristen.zigmont.civ@army.mil for inquiries.