BLAST BOOTH MAINTENANCE
ID: W911N2-24-R-0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance services related to blast and paint booths at the Letterkenny Army Depot in Pennsylvania. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, and supervision to perform emergency and non-emergency repairs, calibrations, and preventive maintenance services for the depot's blast and paint equipment, ensuring compliance with federal safety and environmental regulations. This contract is crucial for maintaining operational efficiency and safety standards within military facilities, with a contract duration of one base year and two optional renewal years. Interested small businesses must submit their proposals by August 28, 2024, with inquiries directed to Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or by phone at 717-267-8357.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal request for proposals (RFP) related to the maintenance and repair of various blast and paint booths, detailing asset management and routine inspections across multiple facilities. It lists items categorized under specific contract line item numbers (CLIN), indicating their types, asset numbers, and the blast media used. The document is structured into distinct sections grouped by annual maintenance (OY) or routine inspections (CLIN), spanning several booths across different buildings and their respective materials, including glass beads and steel shots. The purpose of the document is to solicit maintenance services for these booths, ensuring safety and compliance with federal standards. It includes provisions for emergency repairs, subcontractor services, and pricing set by the government, emphasizing the need for non-emergency and urgent repairs. This aligns with government RFP practices, underscoring the focus on operational functionality and safety in governmental facilities. Overall, the information serves to guide potential contractors in understanding the scope and requirements for bidding on maintenance services for the listed assets.
    The document outlines a comprehensive inventory and maintenance plan for various blast and paint booths used by a federal facility. It includes details about routine inspections, types of equipment, asset numbers, and the materials used within each booth, such as different types of blast media (glass beads, steel shot, etc.) and paints. Each entry is categorized by the year of operation, indicating whether the service is annual or routine, and lists applicable booth conditions, like locked states or types of media. The document aims to facilitate the proper maintenance and repair of these facilities to ensure compliance with health and safety regulations as well as efficiency in operations. It emphasizes the need for various repair resolutions, based on the condition of the equipment outlined in the sections for emergency repairs and vendor service pricing. This information is vital for setting a standard in maintenance practices within the context of government RFPs and grants, ensuring that the facilities remain operational and within regulatory standards. Overall, it serves as a strategic resource for facility management in federal operations.
    The Performance Work Statement (PWS) outlines maintenance services for blast and paint equipment at Letterkenny Army Depot (LEAD). The contractor is responsible for emergency and non-emergency repairs, preventive maintenance, and equipment calibrations to minimize downtime and enable timely production and delivery. The contract includes a base year and two optional years, with emphasis on strict performance standards and quality assurance through a Surveillance Plan. Key requirements include the contractor’s provision of trained personnel, compliance with safety and security regulations, and adherence to environmental laws. Regular preventive and emergency maintenance protocols are specified, with detailed reporting requirements following each service. The contractor must also maintain their own safety equipment and handle hazardous materials appropriately. The primary objective is to ensure the operational readiness of essential blast and paint machinery while minimizing disruptions to LEAD’s operational schedules. This contract illustrates the critical need for timely equipment maintenance in military facilities, integrating stringent quality control measures to safeguard government interests and ensure environmental compliance.
    The Performance Work Statement (PWS) outlines the requirements for Blast and Paint Equipment Maintenance Services at Letterkenny Army Depot (LEAD). The contractor is responsible for all necessary services, including emergency and non-emergency repairs, calibrations, and preventive maintenance on a range of critical industrial equipment. The contract spans one base year with two optional renewals. Key aspects include stringent quality assurance evaluations, adherence to federal safety and environmental regulations, and the need for specialized training among the contractor's workforce. Maintenance tasks detailed include routine and annual preventive measures, response time for repairs, reporting requirements, and compliance with OSHA standards. The contractor must report maintenance findings and repairs within ten days, with penalties for failures to meet predefined performance standards. The PWS emphasizes the importance of minimizing equipment downtime to ensure continuity of production schedules at LEAD while highlighting necessary safety protocols due to the hazardous nature of the materials involved. Overall, this document serves as a comprehensive guide for contractors bidding for services related to vital equipment maintenance, ensuring adherence to quality, safety, and environmental sustainability protocols essential for government operations.
    The Performance Work Statement (PWS) outlines the maintenance services required for blast and paint equipment at Letterkenny Army Depot (LEAD). The contractor is responsible for personnel, tools, and materials needed for both emergency and non-emergency repairs, as well as preventive maintenance (PM) services to ensure operational efficiency and minimize equipment downtime. The contract duration includes a base year and two optional years. The contractor must adhere to quality assurance measures, perform maintenance within specified working hours, and comply with security requirements to access the installation. Safety and environmental regulations, including OSHA standards, are emphasized, particularly due to the hazardous nature of materials used in blast equipment. Detailed requirements specify routine PM inspections, emergency response times, and thorough reporting procedures for both scheduled maintenance and repairs, ensuring adherence to OEM specifications. Contractors must submit reports for maintenance activities within ten business days and obtain approval for necessary parts and repairs exceeding specified thresholds. Overall, the PWS serves to streamline maintenance operations, facilitate compliance with safety standards, and ensure the continual functioning of vital equipment at LEAD, reflecting the government's commitment to uphold efficient defense operations.
    This document addresses discrepancies between a spreadsheet and the Performance Work Statement (PWS) related to a government solicitation. The PWS has been revised, specifically removing references to contract items D4819 and T3165, and updates have been made to appendix references. Additionally, a specific contract line item number (CLIN) S2242-GOFF has been incorporated into the spreadsheet for routine inspections and annual inspections, indicating a need for clarity and precision in documentation. The modifications aim to align the spreadsheet with the revised performance expectations, ensuring accurate compliance with the solicitation requirements. This highlights the importance of clear communication and accurate documentation in federal grant and RFP processes to facilitate proper execution and oversight of government contracts.
    The document addresses clarifications regarding a government procurement solicitation, specifically related to the Performance Work Statement (PWS) and associated spreadsheets. It indicates revisions made to the PWS, which included the removal of references to certain codes and updates to appendix structures. The spreadsheet was amended to reflect the addition of "S2242-GOFF" for routine inspections and annual inspections. Additionally, a query regarding the absence of a routine inspection entry for the "DMAR Paint Booth T3155" was resolved, confirming that this entry has now been included in the spreadsheet. The purpose of these clarifications is to ensure accurate documentation and alignment between the PWS and the spreadsheet in the context of the government RFP process.
    The document is a solicitation notice for maintenance services at various buildings within the Letterkenny Army Depot, formally designated as Solicitation Number W911N224R0021. The purpose of the solicitation is to invite offers for routine and annual maintenance inspections, non-emergency and emergency repairs, and other related services as specified in the Performance Work Statement. Key components include the provision of all necessary labor, materials, equipment, and tools to execute the tasks outlined in separate appendices. The estimated delivery period spans from September 16, 2024, to September 15, 2025, for the majority of services, with the acceptance of work to occur at designated government locations. The solicitation specifies that the contractor will need to comply with various federal regulations and clauses regarding labor standards and safety practices. This RFP emphasizes the government's commitment to proper maintenance of military facilities, ensuring functionality and safety in accordance with established standards. As such, it highlights potential opportunities for qualified contractors, particularly those classified as Service-Disabled Veteran-Owned or Small Business entities.
    This document is an amendment to a government solicitation, specifically noted as W25G1Q4101R001. The primary purpose of this amendment is to update the Performance Work Statement (PWS) by removing references to specific items (D4819 and T3165), re-lettering the appendices, and incorporating new data regarding routine and annual inspections. The deadline for submission has been extended, with offers now due by 28 August 2024 at 4:00 PM Eastern Time. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. The document outlines administrative details such as changes in the solicitation's table of contents, which reflects the addition of updated attachments including the PWS and price attachment. It stresses the importance of acknowledging this amendment in the offer submission process to prevent rejection. This amendment is a typical action within government RFPs, facilitating clarity and compliance among potential contractors while maintaining the integrity of the solicitation process.
    The document is an amendment to a federal solicitation (W25G1Q4101R001) issued by the Letterkenny Army Depot concerning services related to the maintenance of blast and paint booths. It serves to correct a previous amendment, ensuring that the correct version of the Performance Work Statement (PWS) is uploaded, and answers a question from prospective offerors about routine inspections to be included in the pricing spreadsheet. The amendment reinforces that all other terms and conditions of the solicitation remain unchanged. Key changes include the replacement of the outdated PWS with a new version dated August 22, 2024, and updates to the attachment table of contents indicating the revised document and pricing information. The amendment clarifies that the solicitation's submission date is not extended and emphasizes the process for acknowledging receipt of the amendment. This document underscores the government's commitment to maintaining clear communication and accuracy in federal procurement processes, ensuring that potential contractors have access to the most current information necessary for submitting accurate proposals.
    The document is a request for proposals (RFP) pertaining to maintenance and inspection services for various buildings at the Letterkenny Army Depot. It outlines the expected services, such as routine and annual inspections, non-emergency repairs, and contractor lift services, all to be executed in accordance with specified performance work statements. The RFP stipulates the provision of labor, materials, and equipment for maintenance tasks across several sites, including buildings 37, 57, 320, and others. The solicitation indicates a strong preference for proposals from small businesses, with eligibility preferences for service-disabled veteran-owned and women-owned small businesses. Key submission dates and contact information for inquiries are provided, along with the project timeline running from September 16, 2024, through September 15, 2025. The document requires bidders to adhere to federal acquisition regulations and presents various clauses related to labor standards and compliance. This RFP signifies the government's intent to maintain facilities through competitive bidding while ensuring compliance with standards and support for small businesses.
    The document outlines critical requirements for potential offerors in relation to a government solicitation as part of the procurement process. Offerors must register in the System for Award Management (SAM) to be eligible for contract award, with a recent mandate for notarized letters during registration. Annual representations and certifications must be completed electronically within SAM. Questions concerning the solicitation must be directed to the contracting officer at least five days before the closing date. The government plans to award contracts without discussions, urging offerors to submit their best prices initially. Payment will be processed via Electronic Funds Transfer through the Defense Finance and Accounting Services. The contract type is a Firm Fixed Price Requirements Contract, and proposals must comply with a set of signature and amendment submission rules. Offerors are advised to attend an optional site visit, fulfilling specific safety and identification regulations for access. Insurance requirements and the AMC-Level Protest Program are also outlined, emphasizing attempts for resolution with the contracting officer before filing formal protests. This document serves as a guideline for complying with solicitation requirements and securing a government contract.
    The document outlines a government solicitation (W911N224R0021) for maintenance services at various buildings within the Letterkenny Army Depot, Pennsylvania. The solicitation details a request for proposals for a firm-fixed-price contract to perform routine and annual inspections, as well as emergency and non-emergency repairs for paint and blast equipment. Bidders are required to provide labor, materials, tools, and equipment following the outlined Performance Work Statement. The proposal deadline is set for August 24, 2024, with an expected delivery period spanning from September 16, 2024, to September 15, 2025. The document also specifies inspection and acceptance terms, indicating that all work will be inspected and accepted by government representatives at the destination. It emphasizes compliance with various federal regulations relating to labor standards and environmental safeguards. Overall, the solicitation aims to ensure consistent maintenance and operation of depot facilities while upholding safety and quality standards.
    Lifecycle
    Title
    Type
    BLAST BOOTH MAINTENANCE
    Currently viewing
    Solicitation
    Similar Opportunities
    Inspection, testing, maintenance, and repairs needed for a 50,000-gallon water tank at Letterkenny Army Depot
    Active
    Dept Of Defense
    The Department of Defense is seeking contractors to perform inspection, testing, maintenance, and repairs for a 50,000-gallon water tank at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The contractor will be responsible for providing all necessary personnel, equipment, and materials to complete the project in accordance with Unified Facilities Criteria (UFC) standards, with a performance period of 90 days. This contract is crucial for ensuring the operational integrity and safety of the water tank, which is essential for supporting military operations. Interested contractors should contact David T. Serotkin at david.t.serotkin.civ@army.mil or call 717-267-5372 for further details and to obtain the necessary documents for submission.
    Forklift Painting and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide forklift painting and repair services for a 2011 Caterpillar IT28G vehicle at the Virginia Beach facility. The contractor will be responsible for all labor, materials, and equipment necessary to complete tasks such as paint removal, surface preparation, dent repair, and repainting, adhering to specified OEM color codes and performance standards. This procurement is crucial for maintaining operational efficiency and ensuring the longevity of essential equipment. Interested small businesses must submit their quotes by September 19, 2024, following an optional site visit on September 11, 2024. For further inquiries, contact Orlando Loaiza at orlando.loaiza.1@us.af.mil or Desiree Santos at desiree.santos.2@us.af.mil.
    Stand-alone Paint Booth and Mixing Booth
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement and installation of a stand-alone paint booth and mixing booth at the Youngstown Air Reserve Station in Vienna, Ohio. The project includes the purchase of a custom Garmat down draft spray booth and a paint mixing room, designed to meet NFPA standards, with the contractor responsible for all labor, materials, permits, and safety measures. This acquisition is crucial for enhancing operational capabilities while ensuring compliance with safety and regulatory standards, with a contract timeline of 180 days post-award. Interested contractors must submit their quotes by the specified deadlines, and for further inquiries, they can contact Lori J. Jenkins at lori.jenkins.1@us.af.mil or call 330-609-1041.
    48 FW/PIO External Blast Booth Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the 48th Fighter Wing Program Integration Office, is seeking proposals for the delivery and installation of External Blast Booth Equipment at RAF Lakenheath, United Kingdom. This procurement aims to enhance operational readiness and safety during aircraft maintenance by providing essential equipment such as walk-in media blasters, ventilation systems, and safety features. The successful contractor will be responsible for all aspects of installation, including compliance with safety protocols and operational security, ensuring that the facility meets the necessary standards for government operations. Proposals are due by September 18, 2024, with inquiries accepted until September 11, 2024. Interested vendors should contact Jordan Goode at jordan.goode.1.gb@us.af.mil or Claire Switzer at claire.switzer.gb@us.af.mil for further information.
    Fuselage and Wings/Tails Trailer Painting Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Firm Fixed Price contract to provide painting services for fuselage and wings/tails trailer parts and assemblies for MQ9 trailer production at Wright-Patterson Air Force Base in Ohio. The contractor will be responsible for completing the painting within 15 business days of receiving the parts, adhering to strict military standards for quality and durability as outlined in the Performance Work Statement and accompanying specifications. This procurement is part of the Air Force's initiative to support small businesses, with a total small business set-aside, and proposals are due by 1:00 PM Eastern on September 11, 2024. Interested parties should direct their proposals to Christy Delk and Rebecca Rash via email, ensuring compliance with submission guidelines to avoid rejection.
    FY24 355 MXG Paint Booth Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the FY24 355 MXG Paint Booth Services at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to restore and maintain the functionality of a Global Finishing Solutions paint booth and its Primary Logic Computer (PLC), ensuring compliance with safety and operational standards as outlined in the Performance Work Statement. This service is critical for maintaining effective corrosion prevention processes and ensuring the health and safety of personnel by controlling hazardous exposures. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes via email by September 10, 2024, with further inquiries directed to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    Elevator Maintenance B5 Region Pennsylvania
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for elevator maintenance services at various military facilities in Pennsylvania under Solicitation W15QKN-24-Q-5144. The contract requires comprehensive maintenance, including monthly services and annual inspections, with a base period of 12 months and four optional 12-month extensions. This procurement is crucial for ensuring the operational integrity of elevators, which are vital for accessibility and functionality at military installations. Interested small businesses must submit their proposals by 2:00 PM on September 9, 2024, and can direct inquiries to Christopher Naylor at christopher.j.naylor.civ@army.mil or Christina M. Elardo at christina.m.elardo.civ@army.mil.
    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 the operational readiness and safety of various machinery, including lathes, CNC machines, and specialized equipment, through a structured maintenance program that includes emergency repairs and scheduled preventive maintenance. This contract will be awarded as a Firm Fixed Price arrangement with a cost-reimbursable line for required repairs, emphasizing the importance of compliance with federal standards and safety protocols. Interested parties must submit their proposals by September 18, 2024, and direct any inquiries to Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil.
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Active
    Dept Of Defense
    The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
    Small Rocket Motor Grit Blaster Replacement Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the procurement and installation of a Small Rocket Motor Grit Blaster Replacement. The objective is to replace the existing grit blaster with a new enclosed pass-thru cabinet model that meets military and occupational health standards, capable of blasting up to 100 parts during a 9-hour shift while adhering to strict safety and performance specifications. This procurement is critical for enhancing operational efficiency and safety in defense logistical support. Interested vendors must submit their proposals by September 12, 2024, to Diane Hicks at diane.d.hicks.civ@us.navy.mil, and are encouraged to participate in a site visit scheduled for September 4, 2024, with prior coordination required by August 29, 2024.