COLD BOX LINER INSTALLATION
ID: W913E524Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 COLD RGNS RSCH ENG LABHANOVER, NH, 03755-1290, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MODIFICATION OF EQUIPMENT- BRUSHES, PAINTS, SEALERS, AND ADHESIVES (K080)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking qualified small businesses to provide installation services for a Rhino Liners brand spray-on coating within a cold box located in Hanover, New Hampshire. The contractor will be responsible for all labor, materials, and equipment necessary to apply the RhinoArmor® 11-90 XC urethane polymer protective liner, ensuring proper surface preparation and adherence to performance specifications. This project is critical for waterproofing and protecting surfaces against water infiltration and freezing, which is essential for maintaining operational integrity in cold environments. Interested parties must submit their quotes by September 19, 2024, and can contact Tomeka McNeely at Tomeka.J.McNeely@usace.army.mil for further details and to arrange optional site visits scheduled for September 12-13, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and applications of RhinoArmor™ 11-90 XC, a rapid-curing, two-component elastomeric hybrid polyurea lining system. This product is characterized by its 100% solids content, making it free from volatile organic compounds (VOCs) and solvents. It offers extensive application versatility across various industries including food processing and storage, providing seamless and flexible protection for surfaces against wear and environmental factors. Key features include cold-weather resistance, high tensile and tear strength, and the ability to be applied in environments with up to 98% humidity. Its suitability for multiple substrates—such as metals, wood, and concrete—further enhances its utility. The product has a recommended curing time of a few seconds and has been found to maintain integrity at low temperatures down to -58°F. The document emphasizes safety precautions and encourages users to refer to the Safety Data Sheet for handling guidelines. It also notes a one-year shelf life for unopened containers and provides details on mixing, application techniques, and performance characteristics. Ultimately, RhinoArmor™ 11-90 XC presents a robust solution for protective linings in demanding industrial applications, aligning well with government needs for effective materials in infrastructure projects.
    The RLUSA Application Standard outlines guidelines for applying Rhino Linings products on aluminum substrates, emphasizing proper procedures for quality control, material handling, and safety. It includes specifications on required experiences for supervisors and applicators, pre-application site assessments, and necessary precautions to ensure successful application. The document details the types of protective linings, primers, topcoats, and solvents available, along with equipment recommendations for both low and high-pressure applications. Additionally, it emphasizes the importance of thorough surface preparation, including cleaning and blasting, to achieve optimal adhesion of the lining. The application must occur under specified environmental conditions to avoid moisture contamination and ensure proper bonding. Inspection protocols for the applied lining, including hardness tests and pinhole checks, are also specified to verify successful application. Overall, this standard serves as a comprehensive resource for contractors in government and commercial sectors, ensuring adherence to safety and performance standards necessary for project success.
    This document outlines the application standards for applying Rhino Linings protective coatings on galvanized steel substrates. It provides detailed guidelines covering various aspects such as surface preparation, product selection, quality control, safety procedures, and execution of the application. Key components include specifications for the selection of primers, topcoats, solvents, and equipment necessary for effective application. A thorough emphasis on quality assurance practices, site examination, and surface preparation methods ensures optimal adhesion and performance of the applied product. The document also addresses safety measures, including proper ventilation and personal protective equipment needs during the application process. Overall, the standards aim to ensure that the application is performed correctly and safely, minimizing risks and enhancing the longevity of the protective lining. This comprehensive approach aligns with federal and local regulations, likely influencing government RFPs and grant considerations related to construction and coating projects.
    The document outlines specifications for a refrigeration unit that is to be installed according to federal and state RFP guidelines. It details the dimensions, power requirements, and materials for a weatherized remote power pack with an air-cooled condenser. Key specifications include a minimum service requirement of 125 amps, the refrigerants used (R-404A and R-508B), and the quoted temperature range of -40°C to +0°C for the chamber. The design must account for maintenance clearance, safety features like internal latches, and power outlet placement. Additional notes stress the importance of the installation site meeting leveling specifications and prohibit outdoor storage of walk-in panels. A history of revisions in amperage and other technical aspects indicates ongoing adjustments to optimize performance. The project aligns with government procurement processes aimed at ensuring compliance with safety and operational standards in refrigeration technology, vital for sectors like food storage and pharmaceuticals.
    The document is a solicitation for a contract to install a protective liner inside a cold box at the Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, NH. The primary tasks involve providing all necessary labor, materials, and equipment to apply a RhinoArmor® urethane polymer coating, ensuring surface preparation for optimal adhesion and adhering to specific performance standards for temperature and humidity. The project requires the contractor to coordinate with various government representatives, and it mandates safety and quality control measures throughout the process. The contract is open to small businesses and aims for completion by the end of December 2024. The awarding of the contract will follow careful evaluation of proposals, with an emphasis on contractor experience and adherence to federal regulations. This document highlights the importance of safety protocols and compliance with environmental standards during installation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Concrete Repairs of Blackwater Dam in Webster, New Hampshire
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for concrete repairs at Blackwater Dam in Webster, New Hampshire. The project involves extensive repairs to the dam's inlet nosing and non-overflow sections, including the removal of deteriorated materials and the application of new polymer concrete patches, with in-water work scheduled for the summer of 2025. This opportunity is crucial for maintaining the structural integrity of the dam, which has been in operation since 1941 and requires updates due to erosion and spalling issues. The estimated contract value is between $500,000 and $1 million, with the solicitation expected to be issued in December 2024; interested parties should direct inquiries to Tyler Maryak at tyler.s.maryak@usace.army.mil.
    Philpott Bulkhead Testing
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting quotes for strength and material testing related to the secondary bulkhead of the Philpott Dam in Wilmington, North Carolina. The project aims to assess and rehabilitate the bulkhead, which has been in use since the 1940s and has sustained damage requiring comprehensive testing of both original and new materials, including chemical analyses and non-destructive testing of welds. This procurement is a total small business set-aside under NAICS Code 541330, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested bidders must submit both a Price Quote and Technical Proposal via email by September 23, 2024, to the designated contacts, Benjamin Rickman and Troy Small, with all submissions adhering to specified formatting requirements.
    BEJ Overlook Fence Installation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the installation of a precast concrete fence at the B. Everett Jordan Dam in Moncure, North Carolina. The project involves the removal of an existing wooden fence and the installation of a 640-foot fence, with all labor, supervision, and materials provided by the awarded contractor. This installation is crucial for enhancing public safety and maintaining secure facilities, reflecting the government's commitment to compliance with federal regulations. Interested small businesses must submit both a price quote and a technical proposal via email by September 23, 2024, following a mandatory site visit on September 5, 2024. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    LMA RSW Replacement Fender
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of two new marine leg fenders to replace damaged fenders at the Lower Monumental Lock and Dam in Washington. The procurement requires compliance with specific technical specifications to ensure the fenders' durability and performance under challenging conditions, including UV exposure and extreme temperatures, with detailed requirements regarding dimensions, material tensile strength, and energy absorption characteristics. This project is critical for maintaining the integrity of the dam's infrastructure and ensuring effective water management systems. Interested contractors must submit their proposals by 11:00 AM on September 20, 2024, and should contact Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further information.
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.
    Snow Removal Services - Denver, Colorado (CO004)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide snow removal services at the Army Reserve Facility located in Denver, Colorado. The procurement encompasses comprehensive snow and ice removal from roads, parking lots, and sidewalks, ensuring safety and compliance with quality standards throughout the performance period from November 1, 2024, to October 31, 2025, with options for four additional years. This contract is crucial for maintaining operational safety during winter months and is set aside for small businesses under the NAICS code 561790, with a maximum revenue standard of $9 million. Interested vendors must submit their quotes by 10:00 AM CST on September 27, 2024, and can direct inquiries to Laurie Lago at laurie.e.lago.civ@army.mil.
    PSXE 242030 Repair Joint Seals & Water Tank
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of joint seals and a water tank at the 134th Air Refueling Wing located at McGhee Tyson Air National Guard Base in Louisville, Tennessee. This project, designated as PSXE 242030, is a Total Small Business Set-Aside and requires contractors to provide labor, materials, and equipment for the repairs, with an estimated project cost ranging from $500,000 to $1,000,000. The work is critical for maintaining military infrastructure and supporting air refueling operations, emphasizing the importance of compliance with federal regulations and quality standards. Interested bidders must submit their proposals by 10:00 AM (EST) on September 24, 2024, and are encouraged to contact Kristen Phipps at kristen.phipps@us.af.mil or Brian Morelock at brian.morelock.1@us.af.mil for further information.
    Paint Coating and Related Products
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide Paint Coating and Related Products as outlined in the attached Statement of Work (SOW). The procurement is structured as a Combined Synopsis/Solicitation under the Federal Acquisition Regulation (FAR) Part 13, utilizing Simplified Acquisition Procedures (SAP), and requires that all parts be new, with no refurbished or used items accepted. This solicitation is critical for maintaining the operational readiness of naval assets, ensuring that high-quality coatings are available for various applications. Interested vendors should note that the RFQ number is N5005424Q0221, and they can contact Erin Behrns at erin.m.behrns.civ@us.navy.mil or Stephanie Forman at stephanie.forman1@navy.mil for further inquiries. The solicitation will be available on the System for Award Management at https://sam.gov/ and/or the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil.
    RFI - MODPROT Collective Protection Liners and Barriers
    Active
    Dept Of Defense
    The US Army is seeking information on chemical/biological protective liners and barriers for the modernization of Collective Protection materials, ahead of an upcoming Innovation Day on 9 October 2024. The Army aims to procure PFAS-free materials, as emerging regulations have impacted the availability of traditional protective textiles. This market research is a crucial step in identifying potential suppliers for the development of these specialized textiles, which are essential for the Army's Collective Protection systems. Interested parties are invited to respond with details of their capabilities and are encouraged to attend the Innovation Day for further discussion. Registration is required for the event, and additional information can be found on the Joint Enterprise Technology Tool website. The Army's preference is for commercially available or developmental fabric composites that meet the specified protection requirements while remaining lightweight. Responses must be submitted by 8 November 2024, with contact details provided for further inquiries.
    Gavins Point Winter Cleaning Project 2025-2029
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide janitorial services for the Gavins Point Winter Cleaning Project from 2025 to 2029. The contractor will be responsible for all necessary supervision, labor, materials, tools, and equipment to maintain cleanliness in recreation areas and public use facilities at the Gavins Point Project, located in Crofton, Nebraska, and Yankton County, South Dakota. This project is crucial for ensuring operational efficiency and health compliance in federal facilities, with a contract period consisting of a 12-month base year and four 12-month option years. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Kyrsten Beaver at kyrsten.l.beaver@usace.army.mil.