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
    Description

    The Department of Defense, through the Air Force 301st Operational Contracting Flight, is seeking quotations for a Paint Spray Booth to be delivered to Naval Air Station Joint Reserve Base (JRB) in Fort Worth, Texas. The procurement includes one unit of a specified model or an equivalent, along with installation and training services, under a competitive 100% Small Business Set-Aside. This equipment is crucial for maintaining safety and efficiency in painting operations at the facility, ensuring compliance with environmental standards. Interested vendors must submit their quotes by April 10, 2025, and are encouraged to direct any inquiries to Contracting Officer Nicholas Fyffe or Contract Administrator Lydia Carlton via email, with all submissions requiring an active SAM.gov profile for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Paint Spray Booth
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    F35 Panel Racks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of six custom F-35 Panel Racks to be delivered to NAS JRB Fort Worth, Texas. These racks must be capable of supporting aircraft panels weighing up to 1,500 pounds, featuring a powder-coated yellow frame, carpeting for ease of access, and large caster wheels for mobility. This procurement is a 100% small business set-aside, emphasizing the government's commitment to sourcing from small business providers, particularly those owned by women. Interested contractors must submit their quotes by March 24, 2025, and direct any inquiries to Emily Crotta at emily.crotta@us.af.mil or Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, and the requirement is currently unfunded.
    FY25 365th TRS Alpha Warrior Quad Bunker
    Buyer not available
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base, is seeking quotations for the procurement of a 365th TRS Alpha Warrior Quad Bunker Training Facility. This project involves the supply and installation of specialized gym equipment, including modified Conex units and fitness performance flooring, aimed at enhancing the physical training capabilities of Air Force personnel. The initiative is part of a broader effort to modernize training facilities, emphasizing sustainability and improved fitness training. Interested small businesses must submit their quotes by March 24, 2025, at 10:00 AM CDT, and can direct questions to the designated points of contact, Casey Adams and Jamie Long, prior to March 12, 2025. Note that funding is not currently available, and the government reserves the right to cancel the solicitation without obligation for reimbursement of proposal costs.
    FA8604, MQ9 Fuselage and Wings/Tails Trailer Paint Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for painting services related to the fuselage and wings/tails of MQ9 trailers, under solicitation number FA8604-25-R-B012. The contract will involve the application of coatings to various aluminum and steel parts, adhering to military standards such as MIL-C-5541 and MIL-PRF-23377, with a focus on ensuring quality and durability against corrosion and wear. This procurement is critical for maintaining the operational readiness of Air Force ground support equipment, emphasizing the importance of robust supply chains in defense capabilities. Interested small businesses must submit their proposals by 3:00 PM EST on March 20, 2025, via email to Emily A. Gomez and Andrew Petersen, with further details available in the attached documents.
    NSN: 2915-01-037-6724OK P/N: 5040T18P01 NOUN: SPRAYBAR, MAIN, AFTER Engine: J85 PR: FD2030-24-00673
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotations for the supply of spray bars, specifically the NSN 2915-01-037-6724OK, under the firm fixed-price contract RFQ SPRTA1-25-Q-0170. This procurement is critical for maintaining safety standards in military operations, as the spray bars are essential components for the J85 engine. Bidders must submit their quotations by March 25, 2025, with prices held firm for 120 days, and compliance with various quality standards, including ISO certifications and unique item identification, is mandatory. Interested vendors can contact Alex Varughese at alex.varughese.1@us.af.mil for further details regarding the solicitation.
    Aircraft Painting - Two Piper Warrior Aircraft
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the painting of two Piper Warrior aircraft owned by the Hanscom Aero Club. The contractor will be responsible for conducting inspections, paint stripping, and repainting the aircraft in compliance with FAA regulations, with a project timeline of 45-60 working days upon delivery. This procurement is crucial for maintaining the operational readiness and safety of the Air Force's aviation assets. Proposals are due by April 7, 2025, and must be submitted via email to the designated contacts, with the contract anticipated to be a Firm Fixed Price arrangement funded through non-appropriated funds.
    Cleaning for a HVAC System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cleaning services of the HVAC system at Building 9225, located at Joint Base San Antonio-Lackland, Texas. This opportunity is set aside exclusively for small businesses under NAICS code 561790, with a size standard of $9 million, and requires compliance with safety regulations and electronic invoicing through the Wide Area Workflow (WAWF) system. The project emphasizes maintaining a safe and healthy environment within military facilities, requiring contractors to adhere to standards set by the National Air Duct Cleaners Association and to conduct work during post-duty hours. Proposals must be submitted via email by March 28, 2025, and interested parties can contact Carlos Castillo at carlos.castillo.11@us.af.mil or SrA Miriam Martinez at miriam.martinez.3@us.af.mil for further information.
    RTS-3000 Wash Rack Quarterly Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the RTS-3000 Wash Rack Quarterly Maintenance under solicitation number FA481925Q0008. This contract, valued at $12.5 million, requires comprehensive quarterly maintenance services for the RTS-3000 Wash Rack System at Tyndall Air Force Base in Florida, including tasks such as draining and sanitizing tanks, replacing filters, and training government personnel on system operations. The maintenance of this automated filtration system is crucial for ensuring efficient vehicle cleaning and water recycling, thereby promoting resource conservation. Interested small businesses, particularly those owned by women, must submit their proposals, including a price proposal and a technical approach, by the specified deadlines, and can contact A1C Sarah Marip at sarah.marip@us.af.mil or SSgt Thomas Prospere at thomas.prospere@us.af.mil for further information.
    361 TRS CC Squadron Command Office Furniture
    Buyer not available
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base, is seeking quotes for the procurement of executive office furniture for the 361 Training Squadron Command Office. The contractor will be responsible for providing, assembling, and installing various furniture items, including desks, cabinets, and chairs, in accordance with a specified layout, while also managing the disposal of shipping materials and any necessary furniture removal. This procurement is a total small business set-aside under NAICS code 337211, with a firm fixed price contract anticipated to be awarded, and all submissions must be emailed to the designated contacts by 15:00 CST on March 19, 2025. Interested parties should direct inquiries to Ashton Smith or Marylee Caraballo, with questions due by 12:00 PM CST on March 12, 2025.
    Static Aircraft Display Restoration - F100D
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the restoration of a static F100D aircraft display at RAF Lakenheath, Suffolk, United Kingdom. The project involves comprehensive cleaning, repairing, and repainting of the aircraft, which has not undergone professional restoration since 2015, and aims to preserve military history while ensuring compliance with U.S. and U.K. regulations. This initiative underscores the importance of maintaining historical displays on military installations, with a firm-fixed-price contract expected to commence on May 15, 2025, and conclude on May 14, 2026. Interested contractors must submit their quotations by March 21, 2025, and direct any inquiries to A1C Maxim Popov at maxim.popov@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    Ultrasonic Parts Washer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for an Ultrasonic Parts Washer, specifically the Pro Ultrasonics Model Pro 4230LT, along with additional components necessary for aircraft parts cleaning. This procurement aims to enhance operational efficiency in the hydraulic shop by providing advanced ultrasonic cleaning technology that meets military specifications, ensuring compliance with technical data and mission readiness. The equipment is crucial for maintaining high cleanliness standards in aircraft maintenance, with a delivery requirement of 30 days post-order. Interested small businesses must submit their quotes by 2:00 PM EDT on April 10, 2025, to the designated contacts, Joshua Belliveau and Robert Stacy, via email, ensuring compliance with all outlined provisions and clauses.