PRESOLICITATION NOTICE-SANDING BOOTH

SOL #: W51AA126QA045APre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG CONT CT TYAD OFC
TOBYHANNA, PA, 18466-0000, United States

Place of Performance

Tobyhanna, PA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

Clean Work Stations, Controlled Environment, And Related Equipment (3694)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 23, 2026
2
Last Updated
Apr 23, 2026
3
Response Deadline
May 1, 2026, 2:00 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, specifically the W6QK ACC-APG CONT CT TYAD OFC, has issued a Pre-Solicitation Notice for an upcoming Sanding Booth Contract at Tobyhanna Army Depot, Tobyhanna, PA 18466. This notice is for informational and planning purposes only and is not a request for proposal. The requirement is for a turn-key solution for a new crossdraft-style sanding booth. A Pre-Solicitation/Meeting with Industry is scheduled for April 29, 2026, at 10:00 AM EST via Microsoft Teams. Interested firms must submit a capability statement by May 1, 2026.

Scope of Work

The contractor will be responsible for the turn-key design, engineering, supply, delivery, installation, assembly, set-up, and training for a new crossdraft-style sanding booth. Key requirements include:

  • Design and Engineering: Develop system layout drawings.
  • Booth Installation: Install a modular, self-supporting crossdraft-style booth (39’L x 16’W x 14’H) constructed of 18-gauge steel, including bifold front door, rear roll-up door, and personnel doors. The booth must meet OSHA, NFPA, UFC, and NEC Hazardous Location Class 1, Division 1 standards.
  • Filtration and Ventilation: Implement a four-stage filtration system with HEPA Activated Carbon Filtration for VOCs.
  • Electrical and Lighting: Install LED lighting and electrical controls compliant with NFPA 70 NEC Hazardous Location Class 1, Division 1.
  • Fire Protection: Install a water-based fire suppression and alarm system meeting UFC 3-600-01 and NFPA standards.
  • Accessories: Include fall protection rails, compressed air hose reels, a central vacuum system, utility niches, and breathable air/compressed air connection points.
  • Environmental Compliance: Control fiberglass dust exposure and adhere to all environmental regulations.
  • Site Preparation: Perform concrete floor modification using wet methods and HEPA vacuums.
  • Training: Provide operational and maintenance training for government personnel.
  • Documentation: Submit O&M manuals, parts manuals, and as-built CADD drawings.
  • Warranty: Provide a one-year warranty covering parts, labor, and travel, with a 72-hour response time for repairs.

Contract & Timeline

  • Type: Pre-Solicitation Notice (upcoming contract)
  • Set-Aside: None specified.
  • Place of Performance: Tobyhanna Army Depot, Tobyhanna, PA 18466.
  • Period of Performance: 360 calendar days from Notice to Proceed.
  • Capability Statement Due: May 1, 2026, 2:00 PM Z (10:00 AM EST).
  • Pre-Solicitation Meeting: April 29, 2026, 10:00 AM EST via Microsoft Teams.
  • Published: April 23, 2026.

Special Requirements

  • Eligibility: Prospective offerors must have a current and active registration in SAM.gov, no active exclusions, and no debt subject to offset. Firms must be found responsible in accordance with FAR 9.1.
  • Security: Background checks are required for all personnel, along with compliance with AT Level I, OPSEC, iWATCH, and CUI training.
  • Safety: Strict adherence to OSHA, EM 385-1-1, and TYAD-specific safety regulations, including the submission of an Accident Prevention Plan and Activity Hazard Analysis.
  • Cybersecurity: Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 requirements for information systems processing FCI or CUI.

Contact Information

People

Points of Contact

Files

Files

Download
Download

Versions

Version 2
Pre-Solicitation
Posted: Apr 23, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Apr 23, 2026