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
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
- Primary: Kristen Zigmont, kristen.zigmont.civ@army.mil, 570-615-7645
- Secondary: Stephanie Coleman, stephanie.m.coleman17.civ@army.mil, 570-615-5043