DUST COLLECTOR
ID: W519TC24Q2429Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing (333413)

PSC

AIR PURIFICATION EQUIPMENT (4460)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of a dust collector to support operations at the Rock Island Arsenal’s Joint Manufacturing and Technology Center. This opportunity is set aside for Small Business Administration certified businesses, including service-disabled veteran-owned and women-owned small businesses, with a focus on delivering a system that effectively mitigates nuisance dust generated during rubber manufacturing processes. The selected contractor will be responsible for the delivery, installation, and ongoing support of the dust collector, which is critical for maintaining safety and compliance within the facility. Proposals are due by September 20, 2024, and interested vendors should contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for a new dust collector system targeted for the relocated rubber-making room at Rock Island Arsenal (RIA). The dust collector is intended to mitigate nuisance dust generated during rubber manufacturing processes. It includes detailed design standards, safety protocols, installation guidelines, and operational specifications that contractors must adhere to. Key components include a Torit DFE 2-8 dust collector, a backward inclined fan, ducts for various operational stations, and electrical requirements with strict adherence to national safety and utility standards. Training for operators and maintenance staff is mandated, with specific instruction protocols to ensure efficient operation and upkeep of the system. The contractor is responsible for delivery, installation, and ongoing support, including service availability and parts maintenance. The document also emphasizes that all work performed must comply with federal standards and installation security measures, notably stipulating that marijuana remains illegal on-site under federal jurisdiction. In summary, this purchase description serves as a comprehensive guide for contractors to design, deliver, and implement a compliant and efficient dust collection system, central to RIA's operations, ensuring safety and quality control in the manufacturing environment.
    The TARA-LGC Project E4000-24-4-22 focuses on the delivery of a dust collector for the Rubber Room at Rock Island Arsenal. The project outlines specific documentation requirements for the contractor, including the submission of three copies each of an Owner's/Operator's Manual and a Maintenance Manual. The manuals must be provided in both paper and electronic formats, with acceptable electronic file types being .pdf, .dxf, and .igs. The Owner's/Operator's Manual is required to detail safe operational procedures and comprehensive information for equipment use. The Maintenance Manual should include a daily operator checklist, inspection procedures, maintenance schedules, and information for replacing components, complete with major schematics for hydraulic and electrical systems. All documentation must be sent to Robert McClure at Rock Island Arsenal, ensuring proper implementation and maintenance support for the new equipment. This initiative exemplifies the government's commitment to operational readiness and adherence to safety standards within federal facilities.
    The RIA-JMTC Safety Brochure outlines essential safety protocols for visitors in the facility, emphasizing the importance of operational security and personal safety. Key requirements include prior approval for photography, adherence to Personal Protective Equipment (PPE) mandates such as safety shoes and glasses, and guidelines for navigating the manufacturing environment. Visitors must be vigilant of their surroundings, particularly due to the presence of fork trucks and overhead cranes. The document also details emergency management protocols, instructing visitors to follow directions from designated personnel during emergencies. The brochure reinforces RIA-JMTC's commitment to safety by encouraging the reporting of accidents or unsafe conditions. Visitors must complete a safety briefing and sign a Visitor Safety Card acknowledging their understanding of potential workplace hazards. This comprehensive approach aims to ensure the safety of employees, visitors, and contractors within the facility. Overall, the document serves as a crucial guide for maintaining a secure and organized environment in line with federal and local safety regulations.
    The document outlines the specifications and requirements for the equipment necessary for the ventilation of a "Rubber Room" located in Building 299. It details various dust collectors and fans, including the Donaldson Torit® Downflo® Evolution Dust Collectors and Torit® Backward Inclined Fans. Each dust collector model is described with its dimensions, filter capacity, and features such as the MaxPulse™ filter cleaning system and explosion protection options. Additionally, it addresses installation specifics, including the location of dust collectors, exhaust systems, and accessories like slide gates for effective air management. The document emphasizes adherence to safety and regulatory standards as well as options for customization based on individual project needs. The main purpose of this document is to provide a comprehensive guide for contractors and equipment suppliers involved in the ventilation system planning and installation process, ensuring compliance with federal and local regulations and optimizing air quality management within specialized environments like the Rubber Room.
    The document represents a solicitation (W519TC24Q2429) issued by the Army Contracting Command – Rock Island for the procurement of a dust collector to support the Rock Island Arsenal’s Joint Manufacturing and Technology Center. The solicitation seeks proposals from vendors in compliance with FAR regulations, specifically targeting Small Business Administration certified businesses, including service-disabled veteran-owned and women-owned small businesses. Proposals must be submitted by 20 Sep 2024, with instructions emphasizing a Lowest Price Technically Acceptable approach for selection. Evaluation criteria are based on two primary factors: Technical and Price. The Technical factor is assessed on an Acceptable/Unacceptable basis, focusing on experience, compliance, equipment identification, and warranty terms. Only proposals rated as Acceptable will be considered for price evaluation. The intent is to award a Firm Fixed Price contract with a structured timeline for project milestones, including delivery and installation of the dust collector. A mandatory site visit is scheduled for 12 Sep 2024, requiring prior reservations for attendance. The guidelines underscore the critical importance of on-time delivery and adherence to compliance standards. This summary encapsulates the main elements and processes involved in the solicitation while adhering to regulatory requirements and promoting opportunities for eligible small businesses.
    Lifecycle
    Title
    Type
    DUST COLLECTOR
    Currently viewing
    Solicitation
    Similar Opportunities
    Dust Control Vacuum and Associated Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Dust Control Vacuums and associated parts through a Combined Synopsis/Solicitation. The procurement includes six units of the Dust Control DC Tromb H 400c vacuum, HEPA-rated filters, and bags, aimed at ensuring effective dust management in government facilities that require high cleanliness standards. This initiative is critical for maintaining operational efficiency and safety, with a focus on utilizing a specific brand due to existing training and compatibility with current equipment. Interested vendors must submit their quotes by September 16, 2024, and can direct inquiries to Jenna Jacobson at jenna.jacobson@us.af.mil or Karla Vazquez at karlalizette.vazquezmontes@us.af.mil.
    DUST COLLECTION UNIT
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for a 10 HP dust collection unit to be installed at the Boxelder Job Corps Center in Nemo, South Dakota. The procurement is set aside for small businesses and requires a three-phase, 230-volt magnetic starter to effectively remove fine particles of debris from the carpentry shop. This equipment is crucial for maintaining a clean and safe working environment, thereby supporting the operational needs of the Job Corps Center. Interested vendors must submit their technical and price proposals, along with necessary certifications, within the specified timeline, with delivery expected within 60 days of contract award. For further inquiries, contact Jestina Campbell at jestina.campbell@usda.gov.
    Boot, Dust and Moisture Seals
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for the procurement of 39 Boot, Dust and Moisture Seals under solicitation W519TC24Q2427. This procurement is restricted to approved sources as indicated in the provided drawings, and the award will be made as a Firm Fixed Price purchase order to the Lowest Priced Responsive Offeror, with no discussions expected except for clarifications. The seals are essential components for military equipment, ensuring protection against dust and moisture, which is critical for operational readiness. Interested vendors must be registered in the Joint Certification Program (JCP) and submit their proposals by including a Certificate of Conformance and Certified Test Report, with a delivery deadline set for November 26, 2024. For further inquiries, vendors can contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Extractor Arm Exhaust Systems - Snokel Vent Tubes
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the establishment of a Blanket Purchase Agreement (BPA) for Extractor Arm Exhaust Systems (Snorkel Vent Tubes) on behalf of the Walter Reed Army Institute of Research (WRAIR) located in Silver Spring, MD. This procurement is specifically set aside for small businesses and includes a site visit scheduled for August 12, 2024, to facilitate understanding of the requirements prior to proposal submission. The Extractor Arm Exhaust Systems are critical for laboratory environments, ensuring proper ventilation and safety during research activities. Interested vendors must submit their proposals by August 29, 2024, at 11:00 AM EDT, and any questions regarding the solicitation should be directed to Rebecca Wisner at rebecca.c.wisner.civ@health.mil by August 14, 2024, at 11:00 AM EDT.
    W519TC-24-Q-2391 Fire Extinguisher Parts Amendment 0001
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for fire extinguisher parts under Solicitation W519TC-24-Q-2391. The procurement aims to support the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC) with a Firm Fixed Price (FFP) purchase order awarded to the lowest price, responsive contractor. This solicitation is critical for maintaining operational safety and compliance with fire safety standards. Proposals are now due by September 20, 2024, at 10:00 AM Central Time, and interested contractors should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Corbin De La Cruz at corbin.t.delacruz.civ@army.mil for further information.
    Duct Cleaning Bldg 1515
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for duct cleaning services at Building 1515, Scott Air Force Base, Illinois. The contractor will be responsible for providing all necessary equipment, labor, and materials to clean a total of 197 cold air ducts across the first and second floors, which encompass a combined area of 32,241 square feet. This procurement is crucial for maintaining the HVAC system's efficiency and ensuring a safe working environment, with work expected to be completed within 30 days of the order receipt. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to primary contact Jin Chung at jin.chung.2@us.af.mil or secondary contact Tyler Murphy at tyler.murphy.3@us.af.mil.
    Solicitation for Roller, Fairlead NSN:3815-01-369-7497
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of Roller Fairlead components under solicitation number W56HZV-23-R-0161. This opportunity is specifically set aside for small businesses and involves a Firm Fixed Price contract with a one-year buying option, emphasizing the need for compliance with various technical standards and specifications during manufacturing and delivery. The Roller Fairlead components are critical for military applications, ensuring operational efficiency and reliability in armored vehicle systems. Interested parties must submit their proposals electronically by the closing date of October 7, 2024, and should direct any inquiries to Justine Broughton at justine.r.broughton.civ@army.mil or by phone at 571-588-9034.
    42--WASHER,RESPIRATOR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of respirator washers, specifically NSN 4240013664655. The requirement includes a quantity of 2 units to be delivered to DLA Distribution within 165 days after order placement, with the approved source being 3J051 GS2600. These washers are critical for ensuring the functionality and safety of respiratory equipment used by military personnel. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Paint Booth Filters
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of paint booth filters for use at Joint Base Elmendorf-Richardson in Alaska. The requirement includes 1200 units each of two types of filters: the 24X24X1 MEPT Panel Filter and the 24X24X12 BAG XFP-6000, with the possibility of equal substitutions upon approval. These filters are critical for maintaining air quality and safety in aerospace applications, ensuring compliance with environmental standards. Interested small businesses must submit their offers by 12:00 p.m. Alaska Time on September 19, 2024, with the offers remaining valid until September 30, 2024, contingent on funding availability. For inquiries, vendors can contact TSgt Martin Khan at Martin.khan@us.af.mil or by phone at 907-551-0247.
    W519TC-24-Q-2180 DRS MWMSS IDIQ Drilling Machine & Ram Kit Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Drilling Machines and Ram Kits under Solicitation W519TC-24-Q-2180. This procurement aims to support the Metal Working and Machine Shop Set program at the Rock Island Arsenal, with a focus on acquiring commercial items through a Firm Fixed Price, 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due by October 4, 2024, and must include a Certificate of Conformance upon delivery, with evaluation criteria emphasizing the lowest total evaluated price. Interested contractors should direct inquiries to Sophia Muckenfuss or Corbin De La Cruz via the provided email addresses for further details.