SANDING 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, through ACC-APG CONT CT TYAD OFC, is soliciting proposals for a Firm Fixed Price supply contract to procure and install a turn-key crossdraft-style sanding booth at Tobyhanna Army Depot, PA. This opportunity is a Total 100% Small Business Set-Aside (NAICS 332311, PSC 3694). Proposals are due May 27, 2026, at 1:00 PM EST.
Opportunity Overview
This Solicitation (W51AA126QA045) is issued in accordance with Revolutionary FAR Overhaul (RFO) Part 12 (Acquisition of Commercial Items). The requirement is for a "SR2-13 Sanding Booth" that meets or exceeds the minimum specifications outlined in the Statement of Work (SOW).
Scope of Work
The contractor will be responsible for the complete turn-key design, supply, delivery, installation, assembly, set-up, and training for a new crossdraft-style sanding booth. Key features include:
- Dimensions: Approximately 39'L x 14'W x 14'H, designed to fit within an existing 59'L x 22.5'W x 27'H space.
- Filtration: Three-stage exhaust air filtration system with a fourth stage for VOC filtration, and potentially a dust collection system.
- Electrical & Lighting: Systems meeting NFPA 70 NEC Hazardous Location Class 1, Division 1 standards.
- Fire Suppression: Water-based fire suppression and alarm system integrated with the existing building's fire alarm.
- Accessories: Fall protection rails, a central vacuum system, breathable air connections, and compressed tool air connection points.
Performance & Technical Requirements
The booth must comply with all applicable OSHA, NFPA, UFC, and local codes, including ventilation, noise, and air contaminant standards. Environmental controls require maintaining booth temperature between 65-95°F and humidity below 60%. The sanding booth is for fiberglass repair, necessitating control of fibrous glass dust. An attached Dust Explosivity Report (Attachment 5) highlights combustible dust hazards, requiring equipment rated for Class II hazardous locations.
Contract Details
- Contract Type: Firm Fixed Price supply contract.
- Set-Aside: Total 100% Small Business Set-Aside.
- Place of Performance: Government facilities at Tobyhanna Army Depot, Tobyhanna, PA 18466.
- Period of Performance: Project completion is required within 14 months (420 days) from Notice to Proceed (NTP) or after receipt of any required environmental permits, whichever is later. Delivery date is on or before July 30, 2027.
Special Requirements
- Cybersecurity: CMMC Level 2 (C3PAO) is required for all information systems used in contract performance.
- Security: Contractor personnel must comply with security requirements, including background checks, AT Level I, iWATCH, and OPSEC training. REAL ID is required for base entry.
- Safety & Environmental: Adherence to all safety laws and regulations, including an Accident Prevention Plan, Activity Hazard Analysis, fall protection, electrical safety, confined space entry, lockout/tagout, and fire safety. Environmental compliance for air pollution, asbestos-free materials, and waste disposal is mandatory.
- Deliverables (CDRLs): Data Item A001 requires a "Full-assembly layout drawing package" within 45 days of award, requiring Government approval before work commencement. Data Item A002 requires "As-built drawings" (PDF, .dwg, hardcopy) prior to Final Acceptance.
Submission & Evaluation
- Proposal Deadline: May 27, 2026, at 1:00 PM EST. Late submissions will not be accepted.
- Submission Method: Proposals must be emailed to kristen.zigmont.civ@army.mil and include a signed SF 1449 with pricing and delivery date.
- Evaluation Criteria: Award will be based on best value to the Government, considering price, technical, and past performance. The Government intends to award without discussions.
- Eligibility: Offerors must be a Total 100% Small Business, have an active SAM registration, be responsible per FAR Subpart 9.1, and have no delinquent federal debt.
Key Dates & Contacts
- Site Visit: May 21, 2026, at 1:30 PM EST. Notify iris.h.lyle.civ@army.mil if planning to attend; a form is required for base access.
- Questions Due: May 22, 2026, by 1:00 PM EST, submitted to kristen.zigmont.civ@army.mil.
- Contract Specialist: Kristen Zigmont (kristen.zigmont.civ@army.mil, 570-615-7645).
- Subject Matter Expert/COR: Iris Lyle (iris.h.lyle.civ@army.mil, 570-615-7486).