Paint Spray Booth
ID: F5A2MX4275AW01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6675 301 CONF PKNAS JRB, TX, 76127-6200, USA

NAICS

Industrial Machinery and Equipment Merchant Wholesalers (423830)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BRUSHES, PAINTS, SEALERS, AND ADHESIVES (J080)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Air Force 301st Operational Contracting Flight at Naval Air Station Fort Worth JRB, Texas, is seeking quotations for a Paint Spray Booth, including installation and training services. The procurement is a competitive, 100% Small Business Set-Aside under NAICS code 423830, aimed at acquiring one unit of a specified brand or equal product to enhance operational capabilities at the facility. This solicitation emphasizes compliance with safety and environmental standards, requiring vendors to provide detailed technical specifications and adhere to federal regulations. Interested parties must submit their quotes by April 10, 2025, and direct any inquiries to Contracting Officer Nicholas Fyffe at nicholas.fyffe.4@us.af.mil or Contract Administrator Lydia Carlton at lydia.carlton@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 2:05 PM UTC
The document outlines specifications for a Paint Spray Booth and associated equipment, intended for the NAS JRB Fort Worth, TX facility. It details a Rohner # ICD-WP-20-14-34-IBPP model, emphasizing the need for a climate-controlled environment that uses a supplied air breathing system to ensure painter safety. Key features include dimensions, the insulating material of construction, a three-stage exhaust filter system compliant with NESHAP standards, and an advanced control system for reliable operation. The booth is constructed of galvanized steel, incorporates energy-efficient motors, and features safety mechanisms such as an air solenoid valve that interlocks with the spray apparatus. It also discusses installations, including the exhaust and make-up air units, highlighting essential components like duct packages and interlocking controls for safety compliance. The need for on-site equipment startup and operator training is also mentioned, ensuring user familiarity with the operational aspects of the paint booth setup. This document serves as a guide for government procurement of specialized painting facilities, aiming to enhance safety and efficiency in operations.
Apr 16, 2025, 2:05 PM UTC
The document outlines various clauses incorporated by reference and applicable to federal contracts and grants, focusing on compliance, unique identification, and representation requirements. It includes essential clauses related to the compensation of former Department of Defense (DoD) officials, safeguarding controlled defense information, and requirements for the utilization of domestic suppliers. Specific clauses emphasize compliance with regulations regarding whistleblower rights, environmental protections, and the prohibition of certain foreign procurement practices linked to the Maduro regime and the Xinjiang Uyghur Autonomous Region. Additionally, the document specifies the requirement for unique item identification for items with a government acquisition cost of $5,000 or more, detailing obligations for reporting and tracking goods as mandated by the Department of Defense. It further covers clauses pertaining to the representation and certification of small businesses, especially those owned by veterans, women, and economically disadvantaged groups, as well as stipulations regarding foreign end products and compliance with tax obligations. Conclusively, this document is instrumental for contractors bidding on government solicitations, ensuring adherence to established federal requirements while promoting transparency, accountability, and support for domestic business operations.
Mar 19, 2025, 8:06 PM UTC
This document outlines the clauses incorporated by reference in federal acquisition contracts, specifically pertaining to the procurement of commercial products and services. It lists various clauses with their titles and effective dates related to compliance requirements, compensations, acquisition protocols, and representations regarding ownership, labor standards, and unique identification of items. Notable clauses include those about whistleblower rights, safeguarding information, Buy American stipulations, subcontracting practices, and electronic payment submissions through the Wide Area Workflow system. The document's structure emphasizes the governance of contract terms to ensure legal compliance, especially regarding protections for certain groups, environmental considerations, and procurement from restricted regions. Overall, it serves as a guideline for contractors, ensuring adherence to federal regulations while facilitating fair and transparent contracting processes in light of diverse statutory requirements.
Apr 16, 2025, 2:05 PM UTC
The government solicitation FA6675-25-Q-0007, dated March 12, 2025, requests proposals for the supply of a Paint Spray Booth in accordance with a specified attachment. The bid outlines a firm fixed price for one unit, with delivery expected within a negotiable timeframe. The offeror is invited to propose different performance periods if they wish. Payment terms are generally set to 'Net 30', unless alternative discount terms are provided. Additionally, shipment is presumed to be FOB (Free on Board) Destination unless specified otherwise by the offeror. The document highlights essential information for potential bidders on the timelines, payment agreements, and delivery expectations, emphasizing the government's procurement process for required equipment in a structured format aimed at ensuring compliance and transparency. The solicitation underscores the importance of details like performance period and payment terms in the bidding process as part of federal requirements.
Apr 16, 2025, 2:05 PM UTC
The document is a Request for Information/Clarification (RFI) form used by contractors and the government contracting office for clarifying details related to a specific contract. It includes sections for contractors to submit requests, proposed solutions, and necessary attachments, with a designated response action required by the government. The form also outlines the process for government evaluation and action in response to contractor inquiries. After the government provides clarity, contractors must determine if this necessitates a change order or an increase in project costs and report their findings back to the contracting officer. This RFI process is an essential part of the interaction between federal contracts and contractors, ensuring that all parties have a clear understanding of the project scope and requirements, ultimately ensuring smooth project execution within federal and state/local RFP frameworks. The structure is divided into sections for contractor use and government use, ensuring clarity in communication and documentation.
The FY-19 National Defense Authorization Act (NDAA) Section 889 Certification Form outlines the obligations of Transportation Service Providers (TSPs) regarding the use of covered telecommunications equipment and services in federal contracts. TSPs must certify whether they will or will not provide such equipment or services and must disclose their usage if they respond affirmatively. The document defines "covered telecommunications equipment or services," which includes products from certain companies linked to security risks, and details the prohibitions against procuring equipment that utilizes these technologies, effective from specific dates. It emphasizes the requirement for TSPs to conduct reasonable inquiries about their telecommunications use and to provide disclosures regarding entities and equipment involved if covered technologies are utilized. The form aims to ensure compliance with national security measures by restricting federal agencies from employing potentially risky foreign technologies in their operations, thereby safeguarding critical communication infrastructures.
Apr 16, 2025, 2:05 PM UTC
The document outlines the proposal for the construction of a future concrete pad, intended for various applications within a municipal context. It details the project's specifications, including dimensions, materials, and environmental considerations necessary for compliance with local regulations. The proposal emphasizes durability and functionality while accommodating potential load requirements and weather conditions. Key points include the necessity for a robust base, appropriate drainage solutions, and adherence to safety standards throughout the construction process. The document also mentions the expected timeline for project completion and highlights the importance of minimal disruption to existing operations during the construction phase. Additionally, it underlines the potential benefits of the concrete pad in terms of utility and serviceability for the community, aiming to enhance infrastructure and support various municipal functions. This proposal serves as a formal request for bids from contractors, detailing the scope of work and inviting competitive offers to ensure cost-effectiveness and quality execution of the project, ultimately reflecting the government's commitment to improving community infrastructure.
Apr 16, 2025, 2:05 PM UTC
The Air Force 301st Operational Contracting Flight at NAS Fort Worth JRB, TX, is issuing a Request for Quotation (RFQ) under solicitation number FA667524Q0007 for a Paint Spray Booth. This solicitation is a competitive, 100% Small Business Set-Aside within NAICS code 423830. Interested vendors must provide a quotation for one Paint Spray Booth, accompanied by installation and training services. The contract will be awarded as a Firm-Fixed-Price Purchase Order based on a Lowest Price Technically Acceptable (LPTA) evaluation method. Quotations are due by April 10, 2025, and must include specific documentation such as the Offeror's Information and technical details to demonstrate compliance with specifications. Potential vendors must have an active SAM.gov profile, and all payments will be made electronically through the Wide Area Workflow (WAWF/PIEE) system. The document outlines critical deadlines for questions and submission, establishes delivery terms, and reinforces that the acquisition is currently funded. Additionally, contractors should note a new commercial vehicle access protocol at NAS Fort Worth JRB and the relevant federal holiday schedule. Contact information for the Contracting Officer and Contract Administrator is also provided for any inquiries.
Apr 16, 2025, 2:05 PM UTC
The document outlines a Request for Information (RFI) regarding a Paint Spray Booth for installation within Building 1664 at an active airport facility. Key specifications include the booth's dimensions (50’ width, 55’ length, and 16’-6” height), temperature requirements (60-90 degrees F), and design considerations for wind load (90 MPH). Important details regarding the internal operations specify no bake cycle is needed for part drying, with ideal operational conditions maintained at approximately 70 degrees F. The Paint Mixing Room must adhere to specific storage temperatures (32-100 degrees F) and will require an independent HVAC system. Additional equipment needs include light, fire suppression, and a compressed air system. The document also addresses construction considerations related to site utilities, including electrical and water access, concrete pad specifications, and temporary waste management during installation. Approval is required for crane usage due to airport operational restrictions. Overall, the document is structured as a Q&A, answering various logistical and technical questions related to the installation project, ensuring compliance with safety, environmental, and operational standards at the facility. This serves to clarify requirements for contractors in the bidding process while emphasizing the importance of safety and compliance in the execution of the project.
Lifecycle
Title
Type
Paint Spray Booth
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
57 MXG Paint Booth Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance for the paint booths, ensuring they maintain a minimum operational rate of 96%. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, at 10:00 AM Pacific Time, and interested vendors should direct inquiries to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
Solvent Spray Gun Cleaning Station
Buyer not available
The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base in Oklahoma, is seeking quotes for the procurement of a Solvent Spray Gun Cleaning Station. The requirement includes a brand name or equal product, with the preferred model being the "BECCA Model S800A," and specifications detailed in Attachment 4. This equipment is crucial for maintaining operational efficiency in cleaning paint guns, ensuring compliance with military maintenance standards. Interested small businesses must submit their quotes by April 29, 2025, and are encouraged to direct any inquiries to A1C Desmond Davis at desmond.davis.10@us.af.mil or Kacie Halpain at kacie.halpain@us.af.mil, with all submissions requiring current registration in the System for Award Management (SAM) under NAICS code 333310.
FY25 Exterior Paint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the FY25 Exterior Paint project at Dover Air Force Base (DAFB) in Delaware. The project involves repainting the exteriors of Buildings 600, 635, and 921, requiring contractors to provide all necessary design, labor, materials, and equipment while adhering to the Air Force Whole Building Design Guide and DAFB standards. This procurement is crucial for maintaining the aesthetic and structural integrity of the facilities, with a contract value estimated between $100,000 and $250,000. Interested parties must submit sealed bids by April 28, 2025, and can direct inquiries to Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
49--SPRAY GUN,PAINT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 444 units of paint spray guns under solicitation number NSN 4940016729541. This procurement is set aside for small businesses and aims to fulfill maintenance and repair equipment needs for military applications. The selected vendor will be responsible for delivering the specified quantity to DLA Distribution within 53 days after order placement. Interested parties should submit their quotes electronically and direct any inquiries to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
FY25 Composite Course Panels
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Composite Training Panels under Solicitation Number FA302025Q0037. The requirement includes the delivery of 100 units of composite panels, each measuring 18" x 18" x 1", to NAS Pensacola, FL, which are essential for the Supplemental Advanced Composite Repair course. These panels must adhere to stringent manufacturing specifications, including a composite structure with specific materials and construction methods to ensure high quality and compliance with Boeing standards. Proposals must be submitted via email by 1:00 PM CST on May 1, 2025, with all inquiries directed to the primary contact, Mrs. Michael Bolanos, at michael.bolanosvega.hn@us.af.mil or the secondary contact, Marylee Caraballo, at marylee.caraballo@us.af.mil, by April 25, 2025.
Closed-Loop Wash Rack System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Closed-Loop Wash Rack System to support the 20th Special Operations Aircraft Maintenance Squadron at Cannon AFB, New Mexico. This system is essential for the maintenance of Aerospace Ground Equipment (AGE) used for various aircraft, including the AC-130J, MC-130J, CV-22, U-28, and MQ-9, ensuring efficient and environmentally friendly cleaning processes that enhance equipment longevity and operational readiness. Interested vendors should note that this opportunity is set aside for small businesses, and inquiries can be directed to Ana Katrina Dela Cruz at anakatrina.delacruz.1@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil, with a focus on providing a system that meets specific technical specifications outlined in the procurement notice.
Sandblasting and Painting Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide sandblasting and painting services for vehicles and Aerospace Ground Equipment (AGE) at Seymour Johnson Air Force Base in North Carolina. The procurement aims to ensure high-quality maintenance and repainting services, requiring the contractor to supply all necessary labor, tools, and materials while adhering to safety regulations and OEM standards. This opportunity is particularly important for maintaining operational readiness and compliance with government specifications for vehicle and equipment management. Interested parties should direct inquiries to Alison Gandulla at alison.gandulla@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, with the understanding that this is a Sources Sought notice for planning and market research purposes only, and not a request for quotes.
Aircraft Stands
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of five aircraft stands to support the 565th Aircraft Maintenance Squadron at Tinker Air Force Base in Oklahoma. The contract requires the selected contractor to handle the construction, inspection, delivery, assembly, and installation of the stands, adhering to specific technical criteria and safety regulations outlined in the Statement of Work. This procurement is crucial for maintaining operational effectiveness and safety in military aircraft maintenance operations. Interested vendors must submit their quotes by the specified closing date and ensure they have an active DD Form 2345 for access to technical specifications; inquiries should be directed to Linsey Laird or Jason Shirazi via their provided email addresses.
Target Retrieval System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and disposal of an existing target retrieval system and the installation of a new 75-meter target retrieval system at Patrick Space Force Base in Florida. The project requires the installation of 10 shooting booths equipped with bulletproof dividers, collapsible barricades, and integrated storage solutions, all controlled from a single computer to enhance training efficiency and safety. This procurement is critical for modernizing military training facilities and ensuring compliance with safety regulations, with a firm-fixed-price contract expected to be awarded based on technical acceptability, price, and past performance. Interested vendors must submit their quotes by May 1, 2025, and direct any questions to Gage Belyeu at gage.belyeu.2@spaceforce.mil or 321-494-9950, with a site visit scheduled for April 28, 2025.
Compressor Replacement and Desiccant Wall Mounted Air Dryer
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes from small businesses for the replacement of compressors and the installation of a desiccant wall-mounted air dryer at Wright-Patterson Air Force Base in Ohio. The procurement involves supplying two compressors and one air dryer, along with installation services, to enhance air supply efficiency for woodworking and automotive operations at the facility. This project is critical for maintaining operational efficiency and safety standards, as it includes the removal of existing units and the provision of operational training for staff. Quotes are due by May 6, 2025, at 10:00 AM EST, and interested vendors must register in the System for Award Management (SAM) to be eligible. For further inquiries, vendors can contact Jennifer Blackford at jennifer.blackford@us.af.mil or Raschelle Swindle at raschelle.swindle@us.af.mil.