Blast Booth & Paint Equipment Cleaning
ID: W911N225R0004Type: Presolicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of Defense, specifically the U.S. Army, is seeking proposals for paint and blast cleaning services at the Letterkenny Army Depot in Chambersburg, Pennsylvania, under solicitation number W911N225R0004. The contract requires the provision of all necessary labor, materials, tools, and equipment to ensure the safe cleaning and removal of hazardous materials from various buildings, with a performance period from December 27, 2024, to December 26, 2025. This procurement is crucial for maintaining operational safety and compliance with environmental regulations, particularly concerning the handling of heavy metals and other hazardous substances. Interested small businesses, especially those owned by service-disabled veterans, must submit their proposals by February 20, 2025, at 12:00 PM Eastern Time, and can direct inquiries 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
    This document presents a pricing table for a federal procurement related to cleaning equipment for various buildings. It lists multiple Contract Line Item Numbers (CLINs) associated with different cleaning equipment units required for facilities, including blast booths and hand cabinets. Each CLIN outlines various options for pricing across multiple years, with all itemized costs currently indicated as $0.00. The table is segmented into several CLINs corresponding to specific buildings (37, 57, 320, 350, 370, and MTA), detailing the equipment types and quantities needed for each location. The purpose of this file is to detail the costs associated with the procurement of cleaning equipment as part of a Request for Proposal (RFP) or government grant, indicating potential future expenditures categorized by building and equipment type. Though all values are presently shown as zero, the structure suggests readiness for negotiation or finalization of contracts in the federal purchasing process, aligning with requirements for government accountability and fiscal planning. This organized approach aids in tracking expenditure while ensuring compliance with procurement regulations.
    The Army Contracting Enterprise (ACE) is transitioning to a new software suite, the Army Contract Writing System (ACWS), which will replace existing contract writing systems. Contractors are informed that various contract writing systems may be utilized during this transition, leading to potential discrepancies in document appearance and formatting. Contractors must be vigilant in recognizing and addressing such differences, as the government does not intend to alter contract terms during this move. Any discrepancies noted should be reported to the designated Contracting Officer for investigation and correction. In cases where document integrity is compromised due to system migration, a continuation contract may be issued, maintaining existing terms and conditions. This transition aims to modernize the Army's contracting processes, ensuring accurate record-keeping and compliance with contracting regulations while mitigating any confusion caused by document changes.
    The Blast/Paint Booth Worksheet outlines various paint and blast booths across multiple buildings, detailing their specifications for use in federal operations. The document categorizes the booths by building number, booth type, media utilized, and dimensions, such as drive-in pneumatic floor booths utilizing garnet or glass bead media, and drive-through auger booths made from stainless steel shot. Each booth is assigned a unique identifier linked to its dust collector. The worksheet serves as a practical guide for procurement, potentially related to RFPs or federal grants, indicating the military's focus on maintaining state-of-the-art equipment for surface preparation and application. This inventory presents a comprehensive overview of equipment needs, ensuring compliance with operational standards and safety regulations. The systematic presentation of information highlights both the dimensions and media used, facilitating assessments for future upgrades or maintenance within the context of federal contract requirements.
    The document outlines specifications for various blast and paint booths across multiple buildings, likely intended for procurement through government Request for Proposals (RFPs) or grants. The information is organized into Clinical Item Numbers (CLINs) for each building, detailing booth types, media used, and dimensions. Key details include a range of drive-in and hand cabinet booths, utilizing materials such as garnet, glass beads, and CARC/water paints, with sizes varying significantly— from small hand cabinets (5x5x5) to large drive-in booths (up to 75x18x14). The booths serve different functions, including blasting with diverse materials (plastic, steel shot) and various painting methods. By cataloging these booths, the document identifies the infrastructure capabilities required for efficient equipment operation, facilitating acquisition processes. It reflects the government's initiative to maintain operational effectiveness, safety standards, and handling procedures within these facilities, emphasizing adherence to environmental and safety regulations typically associated with federal and local contracting processes. Overall, the document serves as a comprehensive reference to support governmental project planning and funding applications related to industrial operations.
    The Performance Work Statement (PWS) outlines the requirements for cleaning the blast and paint equipment at Letterkenny Army Depot, PA. The contract focuses on the safe removal of heavy metals (lead, cadmium, chromium) and debris from equipment and facilities within a 12-month base period, extendable up to three option years. Key responsibilities include quality assurance through surveillance evaluations and compliance with safety regulations, including OSHA standards. Contractors must adhere to established work schedules and will coordinate closely with depot personnel to ensure no production interruptions. The PWS stresses the need for environmental protection, proper hazardous waste management, and adherence to security protocols for contractor staff. Training is mandated for all personnel to ensure awareness of operational security and safety. Additionally, contractors must maintain documentation and submit air quality tests and compliance reports to the government representative. This PWS reflects the government's imperative for a clean and safe operational environment, emphasizing regulatory compliance and ongoing monitoring throughout the contract duration.
    The Performance Work Statement (PWS) outlines the requirements for the Blast and Paint Equipment Cleaning contract at Letterkenny Army Depot (LEAD) in Chambersburg, PA. The primary objective is to ensure the safe cleaning and removal of hazardous materials, including heavy metals (lead, cadmium, chromium) and debris from paint and blast booths. The contract comprises a 12-month base year, with the possibility of three additional one-year options. Key components include quality assurance measures, scheduling around operational hours, security compliance, and environmental safety mandates. The contractor must maintain a trained workforce, conduct air and surface testing, and adhere to strict safety protocols in line with OSHA, EPA, and local regulations. The document specifies contractor responsibilities, including obtaining necessary certifications, submitting exposure mitigation plans, and ensuring effective waste management. Performance standards are established to evaluate contractor output according to acceptable quality levels, with an emphasis on coordination with LEAD personnel and compliance with all operational procedures. Ultimately, this PWS aims to promote health and safety at LEAD through compliant abatement practices while addressing potential environmental hazards associated with blast and paint operations.
    This document outlines the cleaning and testing requirements for equipment booths as part of a government contract. It specifies that wipe tests must occur after work to ensure compliance with permissible exposure limits (PELs) for hazardous substances such as lead, cadmium, and chromium. The cleaning process includes visual inspections and regular air testing, along with specific protocols for waste disposal, which LEAD (the responsible party) will manage. The scope of work excludes certain equipment and areas, emphasizing cleanliness within a defined radius from the booths. Contractors are advised to prepare for weekend work to avoid production impacts and must adhere to strict protocols for encapsulation and area access. Notably, the project aims to clean all assets annually, preferably before summer, with the first cleaning starting within 90 days of contract award. Throughout the document, there is a clear expectation for safety practices, including the use of personal protective equipment (PPE) and compliance with applicable regulatory standards. This framework aims to ensure a safe environment for workers and compliance within the government's operational standards while conducting the cleaning and maintenance tasks.
    The document outlines a Request for Proposal (RFP) from the U.S. Army for paint and blast cleaning services at various buildings within the Letterkenny Army Depot in Pennsylvania. The solicitation number is W911N225R0004, with responses due by January 24, 2025. The contractor must provide labor, materials, and equipment to perform thorough cleaning as stipulated in the Performance Work Statement (PWS). The principal objective focuses on ensuring compliance with safety standards while effectively removing hazardous materials. The proposal includes instructions for submitting offers, criteria for evaluation, and performance expectations, underscoring the importance of technical capability and past performance in similar projects as a basis for selection. Additionally, the RFP emphasizes the commitment to utilizing small businesses, particularly those owned by service-disabled veterans and women. The document further incorporates various clauses and requirements pertinent to federal acquisitions, including provisions related to telecommunications security and environmental safeguarding. As such, it reflects the government's priority to conduct procurement processes that ensure safety, compliance, and support for minority-owned businesses while meeting operational needs.
    This document is an amendment to a federal solicitation issued by the Letterkenny Contracting Office, specifically updating a previously established request for proposals (RFP). The primary purpose of this amendment is to extend the deadline for submissions from January 17, 2025, to January 24, 2025, at 12:00 PM Eastern Time. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged. It is crucial for contractors to acknowledge receipt of this amendment prior to the new submission deadline. The notice stipulates acceptable methods for acknowledgment, such as returning modified copies or sending a separate letter. This amendment reflects the ongoing administrative processes involved in federal contracting, ensuring that potential offerors are kept informed and have adequate time to prepare their proposals. Compliance with the revised deadlines is essential to avoid the rejection of submissions. Overall, the document illustrates the procedural updates typical within government contracting frameworks.
    The document is an amendment to a federal solicitation (W25G1Q4225R001) that extends the response deadline to February 13, 2025, at 12:00 PM Eastern Time. This extension aims to provide prospective offerors additional time to submit their questions and receive answers. Aside from this change, all other terms and conditions of the original solicitation remain unchanged. The amendment specifies the procedures for acknowledging the receipt of this modification and emphasizes the importance of submitting any changes to offers before the new deadline. This administrative modification reflects the government's effort to encourage participation by offering more time for inquiries, indicative of a transparent procurement process.
    The U.S. Army, through the solicitation number W911N225R0004, seeks offers for paint and blast cleaning services at various buildings within the Letterkenny Army Depot. The required work includes the provision of all labor, materials, tools, and equipment necessary to perform these services, following the guidelines laid out in the Performance Work Statement (PWS). The solicitation explicitly emphasizes that offers are due by 12:00 PM on February 13, 2025, with a performance period extending from December 27, 2024, to December 26, 2025. The evaluation process will be based on the lowest price technically acceptable, focusing on the offeror's ability to meet technical requirements and past performance criteria related to hazardous material removal and disposal. The document outlines specific clauses from the Federal Acquisition Regulation (FAR) and encourages small business participation, particularly from service-disabled veteran-owned small businesses. The overall aim is to ensure effective, compliant, and high-quality service delivery during the cleaning processes at the specified depot locations while adhering to legal and environmental stipulations.
    The document is an amendment to a federal solicitation, specifically for contract W911N225R0004, issued by the Letterkenny Army Depot's Contracting Office. Its primary purpose is to respond to questions from a prospective offeror, leading to revisions in specific paragraphs of the Performance Work Statement (PWS). Notably, Paragraphs 6.13 and 6.17 were revised, while 6.14 and 6.18 were removed and renumbered. Importantly, the response deadline for the offer has been extended from February 13, 2025, to February 20, 2025, at 12:00 PM Eastern Time. All other terms and conditions of the original solicitation remain unchanged. The document emphasizes the need for prospective offerors to acknowledge receipt of the amendment before the specified time, failure of which may result in rejection of their offers. The amendment is categorized under the standard federal procurement guidelines, reinforcing the importance of compliant responses within the federal grant and procurement processes.
    The document is a Request for Proposal (RFP) numbered W911N225R0004, issued by the Directorate of Industrial Operations, specifically targeting Paint/Blast Cleaning services for multiple buildings at the Letterkenny Army Depot in Chambersburg, PA. The RFP outlines the need for contractors to provide all necessary labor, materials, and equipment for cleaning operations in various buildings (37, 57, 320, 350, 370, and MTA) in compliance with specified performance work statements. The proposal submission deadline is set for February 20, 2025, and contractors are expected to adhere to federal regulations regarding small business certifications, particularly in terms of service-disabled veteran-owned and women-owned small businesses. The document also provides detailed terms regarding evaluation criteria, requiring a "Lowest Priced, Technically Acceptable" approach, where past performance in hazardous material removal will be a vital consideration. Key clauses included relate to compliance with various federal requirements, including telecommunications regulations and contractor obligations in regard to labor standards. The RFP emphasizes the importance of technical acceptability and past experience in analogous projects, underscoring the government's commitment to securing qualified service providers while ensuring compliance with safety and regulatory standards.
    This document outlines essential requirements and guidelines for submitting proposals in response to a federal solicitation, emphasizing the necessity for Offerors to register in the System for Award Management (SAM) for contract eligibility. It mandates completion of annual representations and certifications within SAM. Offerors are advised to submit questions to the designated Contracting Officer five days before the solicitation deadline and submit all signed amendments to avoid proposal rejection. The government intends to award contracts without discussions, urging Offerors to provide competitive initial offers. The solicitation is set aside for small business concerns, with specific terms regarding payment methods, contract type (Firm Fixed Price Requirements Contract), and price validation for a 60-day period. Insurance coverage requirements are detailed for contractors, alongside site visit stipulations aimed at ensuring safety compliance. Additionally, the document includes procedures for addressing protests related to the solicitation, directing Offerors to resolve concerns with the Contracting Officer or through the AMC-Level Protest Program, which aims to facilitate resolution within a defined timeframe. Overall, the guidelines emphasize compliance, prompt communication, and contractor preparedness to ensure a successful procurement process.
    The document outlines Solicitation W911N225R0004 for the provision of paint/blast cleaning services at various buildings within the Letterkenny Army Depot. The solicitation includes a request for offers detailing the necessary labor, materials, tools, and equipment to perform the cleaning in accordance with specified guidelines. The due date for offers is set for January 17, 2025, at 12:00 PM. The document indicates various potential contract options, with an anticipated period of performance spanning from December 27, 2024, to December 26, 2025. Key evaluation criteria for proposals revolve around technical capability, with a focus on past performance related to hazardous material removal and disposal. Offerors must demonstrate successful experience through detailed project examples. The evaluation process emphasizes a lowest-priced, technically acceptable bid structure, indicating that both cost and quality are critical to the selection process. Additional specifications include compliance with federal regulations surrounding labor and environmental standards, making clarity in proposal submissions crucial to ensure adherence to the outlined requirements. The document encapsulates the government’s focus on acquiring quality services while fostering equitable competition within the procurement process.
    Letterkenny Army Depot plans to solicit proposals for a Firm-Fixed Price contract focused on the abatement and cleaning of heavy metals and debris from its Blast and Paint Booth equipment. The contract will cover one base year with two option years and is set aside exclusively for small businesses under the 2023 NAICS code 562910 for Remediation Services, with a size standard of $25 million. The procurement will follow Simplified Acquisition Procedures, and the solicitation (W911N2-25-R-0004) is expected to be released on or around October 24, 2024, with a closing date estimated for November 25, 2024. Proposals can be submitted by interested parties, provided they are registered in the System for Award Management (SAM). Further inquiries can be directed to Jonathan K. Carroll via email. This synopsis serves informational purposes and does not obligate the Government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Harrisburg Site Cleanup project in Pennsylvania, which involves the removal and disposal of debris from a former scrap yard. The contractor will be responsible for systematically clearing, shredding, and disposing of all scrap metal and other materials, ensuring compliance with environmental regulations and restoring the site to its original condition within three months of contract award. This procurement is a total small business set-aside under NAICS code 562119, with a firm-fixed price contract structure, and all work must be conducted within a 50-mile radius of the DLA DS Susquehanna site. Interested parties should submit their quotes by 1:00 p.m. EST on the specified deadline, and for further inquiries, they can contact Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil.
    Snow and Ice Removal Services Ashley, PA
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - New Jersey, is soliciting proposals for snow and ice removal services at the Chaplain L.J. Sabalis Memorial USARC located in Ashley, Pennsylvania. The contract requires the contractor to provide all necessary resources, including personnel, equipment, and materials, to maintain a clean, snow and ice-free workplace in accordance with the Performance Work Statement. This service is crucial for ensuring safe access and operational efficiency at the facility during winter months. The contract will be a firm-fixed-price agreement with a total value of up to $9 million, featuring a 12-month base period and four optional 12-month extensions. Interested small businesses must submit proposals via the PIEE Solicitation Module by January 19, 2026, at 10:00 AM local time, and are encouraged to attend a non-mandatory site visit on December 29th and 30th, 2025. For further inquiries, contact Timothy McCleary at timothy.j.mccleary.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil.
    Solicitation W15QKN-26-Q-A025 - Snow and Ice Removal Services for Lancaster, PA in support of the 99th Readiness Division (RD)
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command - New Jersey, is soliciting proposals for Snow and Ice Removal Services at the LTC Mark P. Phelan Memorial United States Army Reserve Center in Lancaster, PA, in support of the 99th Readiness Division. The procurement aims to ensure safe and accessible facilities during winter conditions, highlighting the importance of timely and effective snow and ice management. Proposals must be submitted by 11:00 AM EST on December 23, 2025, with inquiries directed to Theodore Goutzioulis at the provided email or phone number, or to Stephanie M. Howell for additional assistance.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Virkon Vehicle Treatment PA Army National Guard W912KC26QA004
    Dept Of Defense
    The Department of Defense, specifically the Pennsylvania Army National Guard, is soliciting bids for the Virkon Vehicle Treatment contract (W912KC26QA004) to provide pre-deployment agricultural disinfection services for 187 pieces of military equipment. The contractor will be responsible for applying Virkon-S at a 1:100 dilution ratio to ensure compliance with EUCOM requirements, with the work scheduled to take place from January 26 to January 30, 2026, at Building 6-201, Fort Indiantown Gap, Pennsylvania. This service is crucial for maintaining the cleanliness and biosecurity of military vehicles prior to deployment, ensuring they meet environmental and health standards. Interested small businesses must submit their proposals, including proof of SAM registration, a history of similar services, and an itemized quote, by the deadline of December 18, 2025. For further inquiries, contact John M. O'Boyle at john.m.oboyle.civ@army.mil or Raymond C. Folweiler at raymond.c.folweiler.civ@mail.mil.
    Snow and Ice Removal Services - Scranton, PA (PA162)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking proposals for Snow and Ice Removal Services at the Scranton Armed Forces Reserve Center located at 3401 Olyphant Avenue, Scranton, PA 18509. The contract will cover a 12-month base period with four additional 12-month option periods, aimed at ensuring safe access and operations during winter conditions. This service is crucial for maintaining operational readiness and safety at military facilities during adverse weather. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Jonathan Krakower at jonathan.p.krakower.civ@army.mil or (520) 687-5577, or James W. Bond III at james.w.bond2.civ@army.mil or (520) 687-5780 for further details.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    88th RD CUSTODIAL - KS100 NEW CENTURY, KS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide janitorial and custodial services at the Army Reserve facility KS100 located in New Century, Kansas. The contract will cover a base period of performance from February 1, 2026, to January 31, 2027, with the potential for four additional one-year option periods and a six-month option to extend services. These custodial services are crucial for maintaining the cleanliness and operational readiness of military facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil for further details regarding the procurement process.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Blue Marsh Waste Removal Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking a contractor for a firm fixed-price service contract for waste removal services at Blue Marsh Lake in Leesport, Pennsylvania. The contractor will be responsible for the removal of trash, garbage, and debris from the site, with the base period of performance running from February 1, 2026, to December 31, 2026, and options for four additional years through December 31, 2030. This service is crucial for maintaining the cleanliness and operational integrity of the recreational area managed by the USACE. Interested contractors must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and any inquiries should be directed to Molly Gallagher at molly.gallagher@usace.army.mil or by phone at 215-656-6777.