SAND BOOTH- Tobyhanna
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 is soliciting proposals for a Firm Fixed Price contract to provide a turn-key crossdraft-style sanding booth at Tobyhanna Army Depot (TYAD), PA. This requirement is a Total 100% Small Business Set-Aside. Proposals are due by May 27, 2026, at 1:00 PM EST.
Scope of Work
This opportunity requires the design, supply, delivery, installation, assembly, set-up, and training for a new crossdraft-style sanding booth. The booth, approximately 39'L x 14'W x 14'H, will be installed in an existing building (constructed in 2010) within a 59'L x 22.5'W x 27'H space. Key features include a three-stage exhaust air filtration system with a fourth stage for VOC filtration, potential dust collection, and electrical/lighting systems meeting NFPA 70 NEC Hazardous Location Class 1, Division 1 standards. A water-based fire suppression and alarm system, fall protection rails, a central vacuum system, and connections for breathable air and compressed tools are also required. The project must be completed within 14 months (420 days) from the Notice to Proceed or receipt of environmental permits, whichever is later.
Contract Details & Requirements
This is a Firm Fixed Price supply contract, conducted under Revolutionary FAR Overhaul (RFO) Part 12 (Acquisition of Commercial Items). The NAICS Code is 332311 (Prefabricated Metal Building and Component Manufacturing), and the Product Service Code is 3694 (Clean Work Stations, Controlled Environment, And Related Equipment).
Contract Data Requirements Lists (CDRLs) include:
- A001: Full-assembly layout drawing package (to-scale, hardcopy and .dwg) due within 45 calendar days post-award, requiring Government approval before work or material purchase.
- A002: As-built drawing of the SYSTEM (PDF, .dwg, and hardcopy triplicate) required prior to Final Acceptance.
Bidders must be aware of combustible dust hazards identified in the provided Dust Explosivity Report, which is critical for risk assessment, safety planning, and equipment selection (e.g., Class II hazardous location rated equipment). Compliance with CMMC Level 2 is mandatory for all information systems used. Contractor personnel must adhere to security, safety (including an Accident Prevention Plan and Activity Hazard Analysis), and environmental regulations.
Important Dates & Actions
- Site Visit: May 21, 2026, at 1:30 PM EST. Attendees must RSVP to iris.h.lyle.civ@army.mil and arrive 15 minutes early with a REAL ID for base access.
- Questions Due: May 22, 2026, by 1:00 PM EST, submitted to Contract Specialist Kristen Zigmont (kristen.zigmont.civ@army.mil).
- Proposals Due: May 27, 2026, at 1:00 PM EST. Late submissions will not be accepted.