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 a dust collector to support operations at the Rock Island Arsenal’s Joint Manufacturing and Technology Center. The procurement aims to acquire a system that effectively manages nuisance dust generated during rubber manufacturing processes, ensuring compliance with safety and operational standards. This initiative is critical for maintaining air quality and operational readiness within specialized manufacturing environments. Proposals must be submitted by September 20, 2024, with a mandatory site visit scheduled for September 12, 2024. Interested vendors can 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 Amendment 0001 for solicitation W519TC24Q2429 from the Army Contracting Command - Rock Island. The amendment serves to publish questions and answers regarding specific project specifications, highlighting necessary clarifications about equipment requirements for a mixing bench setup. Key points include the clarification that the modular room's roof has no load capacity, the requirement for both a 7-inch and 10-inch gate for balanced airflow, and the correction of airflow requirements to 2,200 CFM. Additional specifications indicate that a local disconnect for industrial equipment is preferred, and only one emergency stop button is necessary in the room. The government will supply power for a new roller. Overall, the amendment ensures that all terms and conditions from the original solicitation remain in effect, while addressing technical nuances that directly impact project execution.
    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 outlines the specifications and requirements for the procurement of a new dust collector for the relocated rubber-making room at Rock Island Arsenal, dated September 18, 2024. It serves as a formal Request for Proposal (RFP) and details the operational needs for the equipment to effectively manage nuisance dust generated during rubber manufacturing processes. The document emphasizes adherence to national standards, safety regulations, environmental considerations, and the need for registration in the Item Unique Identification (IUID) Registry. Key components include detailed design specifications, dimensions, and salient characteristics for the dust collector and associated ductwork. Essential considerations involve electrical requirements, installation support, and compliance with security protocols at the Army installation. The document specifies the contractor's responsibilities regarding installation, shipping, and training personnel in safe operation. Critical safety and security measures, including anti-terrorism training and compliance with federal laws regarding controlled substances, are mandated. Final acceptance of the equipment hinges on successful testing, compliance verification, and comprehensive contractor-provided training for operational and maintenance staff. This detailed approach demonstrates the government’s commitment to stringent safety standards and effective operational management in specialized manufacturing environments.
    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
    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.
    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, specifically Snorkel Vent Tubes, intended for the Walter Reed Army Institute of Research (WRAIR) in Silver Spring, MD. This procurement is 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 maintaining air quality and safety in laboratory environments, underscoring their importance in supporting military health research. Interested vendors must submit their proposals by August 29, 2024, and direct any inquiries regarding the site visit to Rebecca Wisner at rebecca.c.wisner.civ@health.mil, with questions due by August 14, 2024.
    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.
    SOURCES SOUGHT: Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified sources for the Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS) to be utilized during natural and man-made disasters across the continental United States (CONUS) and its territories. The procurement aims to identify businesses capable of providing comprehensive debris management services, including removal, hauling, disposal, and structural demolition, with a requirement for rapid response within 24 hours of a disaster event. This initiative is critical for ensuring effective disaster response and recovery operations, as it encompasses the management of various debris types resulting from catastrophic events such as hurricanes, floods, and terrorist attacks. Interested firms must submit their capability statements and completed Q&A forms by 2:00 PM Central Daylight Time on September 20, 2024, to Christopher McCabe at christopher.a.mccabe@usace.army.mil, and are encouraged to participate in a virtual industry day discussion in early October.
    Elevator Repairs and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Rock Island Arsenal, is soliciting proposals for elevator repairs and maintenance services at the Rock Island Arsenal in Illinois. The contract aims to ensure both scheduled and unscheduled maintenance for various elevator types, emphasizing compliance with federal regulations and safety protocols. This procurement is critical for maintaining operational efficiency and safety standards for the Army's infrastructure, supporting approximately 6,500 personnel. Proposals are due by 12:00 PM CST on October 16, 2024, and interested contractors should contact Emily Stohlmeyer at emily.j.stohlmeyer.civ@army.mil or 520-693-0169 for further details.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure operational readiness and safety by requiring contractors to provide labor, materials, and tools to restore equipment to original equipment manufacturer (OEM) specifications, with a focus on technical expertise in hydraulics, pneumatics, electronics, and automation. This contract is critical for maintaining the functionality of diverse machinery, including lathes and CNC mills, essential for military operations. Proposals are due by September 24, 2024, with questions accepted until September 18, 2024; interested parties should contact Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil for further details.
    Improved Environmental Control Units (9K/18K/36K IECU’s)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of Improved Environmental Control Units (IECU) under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective is to develop, produce, and deliver a new generation of IECUs that replace outdated models, ensuring compliance with environmental regulations by utilizing non-ozone-depleting refrigerants. These units are critical for maintaining operational readiness in military applications, providing efficient climate control in various environments. Interested contractors must submit their proposals by September 19, 2024, with a contract value projected between $1,000 and $450 million over a potential ten-year period. For further inquiries, contact Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.
    Vacuum Excavator for Saylorville Lake Project Office
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the procurement of a Trailered Vacuum Excavator for the Saylorville Lake Project Office in Johnston, Iowa. The contractor is required to provide equipment that meets specific minimum specifications, including motor power, fresh water tank capacity, vacuum strength, and spoil tank requirements, while also adhering to environmental guidelines regarding recovered materials and biobased content. This vacuum excavator is essential for efficient excavation operations at the project site, emphasizing the importance of compliance with federal contracting standards. Proposals are due by 10:00 AM on September 19, 2024, and interested parties should direct technical inquiries to Allison Longeville or Ryan R. Larrison via email, ensuring to include the solicitation number in their correspondence.
    10--CLEANER KIT,ARTILLE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Cleaner Kit for artillery, identified by NSN 1015016261316. The solicitation includes a requirement for seven units, with delivery expected within 119 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a total order cap of $250,000 over one year. This procurement is crucial for maintaining military equipment and ensuring operational readiness, as the items must meet specific source-controlled drawing requirements. Interested vendors are encouraged to submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    EMPIRE PRO FININSING ERGO 4848 BLAST SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Logistics Command in Albany, Georgia, is seeking to procure the Empire Pro-Finish ERGO 4848 Blast System through a firm fixed-price contract. This procurement is a total small business set-aside and is intended to support the Marine Depot Maintenance Command's operations by providing essential equipment for the efficient cleaning of metal parts. The urgency of this acquisition is underscored by the need to maintain operational timelines and prevent production downtime, as the system must integrate seamlessly into existing operations without additional installation challenges. Interested vendors should contact George Tipton at george.tipton@usmc.mil or call 229-639-6418 for further details, with the contract anticipated to be awarded on or before September 24, 2024.